
Market Leads & Opportunities
Supply & Delivery of Sports Pitch Maintenance and Weed Control Materials
Type of document: Contract Notice
Country: United Kingdom
Section I: Contracting authority
I.1) Name and addresses
Official name: East Renfrewshire Council
Postal address: Eastwood HQ, Eastwood Park,
Town: Giffnock
Postal code: G46 6UG
Country: United Kingdom
Telephone: +44 1415773669
Email: sandra.bisset@eastrenfrewshire.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submit
electronically via:
Electronic communication requires the use of tools and devices that are not generally available.
Unrestricted and full direct access to these tools and devices is possible,free of charge,at:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply & Delivery of Sports Pitch Maintenance and Weed Control Materials
Reference number: ERC000361
II.1.2) Main CPV code: 24300000
II.1.3) Type of contract:
SUPPLIES
II.1.4) Short Description:
East Renfrewshire Council is inviting tenders, from suitably qualified companies for the supply and delivery of sports pitch maintenance and weed control materials.
II.1.5) Estimated total value:
Value excluding VAT: 168000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
24300000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
East Renfrewshire Council is inviting tenders, from suitably qualified companies for the supply and delivery of sports pitch maintenance and weed control materials.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Risk Assessment/Weighting:35Quality criterion -Name: Contract Implementation Plan/Weighting:10Quality criterion -Name: Emergency Requirements/Weighting:35Quality criterion -Name: Fair Working Practices/Weighting:5Quality criterion -Name: Community Benefits/Weighting:10Quality criterion -Name: Sustainability/Weighting:5
Price – Weighting:80
II.2.6) Estimated value:
Value excluding VAT: 168000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:
Initial contract period is 36 months with an option to extend for a further 12 months. Renewal will be issued approximately 6 months prior to expiry of the contract.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
To establish the financial standing of a Tenderer, the Council will firstly take into account a risk report provided independently by Credit Safe. Within such reports, the risk of business failure is expressed as a score ranging from 1 -100. In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further.
Where you are not registered on credit safe e.g. charitable organisations, new start companies and Sole Traders you are to submit 2 years financial accounts, including Profit & Loss Statement and Balance Sheet for consideration.
To facilitate the financial assessment of solvency ratios and profitability ratios Tenderers are asked to complete required detail and provide copies of accounts.
Minimum level(s) of standards possibly required:
The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employer’s (Compulsory) Liability: 5m GDP
Public Liability: 5m GDP (to include Products Liability
Other Insurance:
Type: Motor Vehicle Insurance
III.1.3) Technical and professional ability:
List and brief description of selection criteria:
Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Bidders must provide a response at SPD Q4.C.4 and this will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms.
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. It should be noted that where a bidder is unable to confirm or provide a satisfactory improvement plan the Council reserves the right to remove you from the process.
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) – Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope.
Minimum level(s) of standards possibly required:
BASIS Qualified
FACTS Qualified
ADR Certification – for transport of dangerous materials.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operatorIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2024-04-02 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitEN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2024-04-02 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
Potential renewal will be published March 2027/28.
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
East Renfrewshire Council is committed to maximising community benefits from contracts for works, goods and services in which the
Council has an interest. Community benefits should improve the economic, social or environmental wellbeing of the area. Under this contract the successful Contractor will be requested to support East Renfrewshire Council’s economic, environmental and social regeneration objectives to achieve benefits for our identified beneficiary hierarchy.
Tier 1. Targeted recruitment and training for priority employability groups.
Tier 2. Work experience placements for the same target groups.
Tier 3. Curriculum support for schools and those on employability pathways.
Tier 4. Community Enhancement for community groups and projects.
Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support.
Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required – 10.
(SC Ref:759477)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Paisley Sheriff Court and Justice of the Peace Court
Postal address: St James Street
Town: Paisley
Postal code: PA3 2HW
Country: United Kingdom
E-mail: paisley@scotcourts.gov.uk
VI.5) Date of dispatch of this notice:2024-03-01
More Opportunties
- United Kingdom-Belfast: Procurement of SecurACath Device
17 Jun 25
Procurement of SecurAcath, a single use engineered stabilisation device used to secure percutaneous catheters in position on the skin.> > - United Kingdom-Belfast: Breast Pumps and Breast Milk Collection Sets [5180689]
17 Jun 25
Breast Pumps and Breast Milk Collection Sets [5180689]> > - United Kingdom-Belfast: Procurement of SecurACath Device
17 Jun 25
Procurement of SecurAcath, a single use engineered stabilisation device used to secure percutaneous catheters in position on the skin.> >