Section one: Contracting authority
one.1) Name and addresses
NHS Greater Glasgow and Clyde
Procurement Department, Glasgow Royal Infirmary, 84 Castle Street
Glasgow
G4 0SF
scott.mcaninch@ggc.scot.nhs.uk
Telephone
+44 1412015366
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.nhsggc.scot/about-us/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NHS GG&C - GGC0649 Ground Maintenance and Winter Support
Reference number
GGC0649
two.1.2) Main CPV code
- 77314000 - Grounds maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Greater Glasgow & Clyde (NHS GG&C) requires a comprehensive grounds maintenance service including provision for winter
services including gritting/salting and snow clearing. Services required for this contract will including but not limited to; litter picking,
grass cutting, garden areas, hedge trimming, jet washing, gritting and snow removal services. Supplier will provide all labour, machinery
and vehicles required for all seasonal work. This contract is required to be in place 365 days per year, 24 hours per day. The requirement
for this Tender is for a single supplier per lot.
two.1.5) Estimated total value
Value excluding VAT: £2,970,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1: Glasgow North
Lot No
1
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
NHS Greater Glasgow & Clyde (NHS GG&C) requires a comprehensive grounds maintenance service including provision for winter services including gritting/salting and snow clearing. Services required for this contract will including but not limited to; litter picking,
grass cutting, garden areas, hedge trimming, jet washing, gritting and snow removal services. Supplier will provide all labour, machinery and vehicles required for all seasonal work. This contract is required to be in place 365 days per year, 24 hours per day.
two.2.5) Award criteria
Quality criterion - Name: Quality / Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £935,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 x 12 Months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 2: Glasgow South
Lot No
2
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Lot 2: Glasgow South
two.2.5) Award criteria
Quality criterion - Name: Quality / Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £1,335,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 x 12 Months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 3: Renfrewshire
Lot No
3
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire
two.2.4) Description of the procurement
NHS Greater Glasgow & Clyde (NHS GG&C) requires a comprehensive grounds maintenance service including provision for winter services including gritting/salting and snow clearing. Services required for this contract will including but not limited to; litter picking,sweeping, weed control, gritting and snow removal services. Supplier will provide all labour, machinery and vehicles required for all
seasonal work. This contract is required to be in place 365 days per year, 24 hours per day.
two.2.5) Award criteria
Quality criterion - Name: Quality / Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £125,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 x 12 Months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 4: Clyde (West Dunbartonshire)
Lot No
4
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Clyde (West Dunbartonshire)
two.2.4) Description of the procurement
NHS Greater Glasgow & Clyde (NHS GG&C) requires a comprehensive grounds maintenance service including provision for winter services including gritting/salting and snow clearing. Services required for this contract will including but not limited to; litter picking, grass cutting, garden areas, hedge trimming, jet washing, gritting and snow removal services. Supplier will provide all labour, machinery and vehicles required for all seasonal work. This contract is required to be in place 365 days per year, 24 hours per day.
two.2.5) Award criteria
Quality criterion - Name: Quality / Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 x 12 Months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 5: Clyde (Inverclyde)
Lot No
5
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Clyde (Inverclyde)
two.2.4) Description of the procurement
NHS Greater Glasgow & Clyde (NHS GG&C) requires a comprehensive grounds maintenance service including provision for winter services including gritting/salting and snow clearing. Services required for this contract will including but not limited to; litter picking,
grass cutting, garden areas, hedge trimming, jet washing, gritting and snow removal services. Supplier will provide all labour, machinery and vehicles required for all seasonal work. This contract is required to be in place 365 days per year, 24 hours per day.
two.2.5) Award criteria
Quality criterion - Name: Quality / Technical / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £130,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 x 12 Months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
With reference to SPD question 4A.2, Tenderers must be a member of a recognised professional body such as The British Association of Landscape Industries (BALI) or equivalent.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
With reference to SPD question 4B.1.1, tenderers are required to have a minimum 'general' yearly turnover of at least 1 x the estimated
contract value in line with regulation 59(9) of the Public Contract (Scotland) Regulations 2015.
For Example, for Lot 1 the estimated value of GPB187,000, for Lot 2 the estimated value of GBP267,000, for Lot 3 the estimated value of GBP25,000, for Lot 4 the estimated value of GBP80,000, for Lot 5 the estimated value of GBP26,000 if you have applied for a lot under this Framework Agreement and GBP594,000 if you have applied for all Lots under this Framework Agreement in each year specified.
Tenderers should be able to provide 3 years financial accounts when requested by NHSGGC.
Evidence: copies of accounts or equivalent for the number of years stated.
With reference to SPD question 4B.4, Tenderers are required to provide the following ratios for at least the three most recent financial years:
a.Current Ratio (Liquidity Ratio) of the Company (total current assets divided by total current liabilities) Acceptable Range is >0.99.
b.Net Profit Margin of the Company (net profits divided by revenue x100) Acceptable Range is >0 (i.e. positive)
With reference to SPD question 4B.5.1b - Tenderers must hold and evidence Employer's (Compulsory) Liability Insurance = GBP5m in respect of each claim without limit to the number of claims. Pass/Fail
With reference to SPD question 4B.5.2 - Tenderers must hold and evidence Public Liability Insurance = GBP5m in respect of each claim without limit to the number of claims. Pass/Fail
Any supplier unable to meet, or unwilling to commit to obtaining the required insurance levels, will be deemed non-compliant and their submission will not be evaluated any further.
three.1.3) Technical and professional ability
List and brief description of selection criteria
With reference to SPD question 4C.1.2, Tenderer to provide three examples of providing similar services to those described in the Invitation to Tender for similarly critical organisations. Examples must be from within the last five years.
With reference to SPD question 4C.6.1, Tenderer must ensure that all staff and operatives are fully certificated by an appropriate regulatory body and must qualified and certified to carry out the work. Qualification requirements must include, Lantra qualifications or a recognised governing body working with;
Quad tractors or all-terrain vehicles ATVs;
Chainsaws;
All tree works inclusive of climbing trees;
City & Guilds Certificate of Competence in the safe use of Pesticides (Knapsack) PA1 and PA6 or equivalent.
With reference to SPD question 4C.7, Tenders must provide details of the environmental management measures which the bidder will be able to use when performing the contract.
With reference to SPD question 4C.9, Tenderers must provide current list of tools / Plant or Technical equipment available to carry out tender.
With reference to SPD question 4C.10, Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
With reference to SPD question 4D.1, Tenderers should hold and evidence or commit to obtain, within 6 months of the contract start date, a
whistleblowing policy consistent with the National Whistleblowing Standards that can be found at the following link: https://inwo.spso.org.uk/national-whistleblowing-%20standards
With Reference to SPD question 4D.2, The Tenderer must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS
18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As outlined within Tender Documentation.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 August 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
3 August 2023
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=737352.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits. https://www.nss.nhs.scot/procurement-and-logistics/sustainability-information-for-suppliers/access-our-community-benefit-gateway/
(SC Ref:737352)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom