Homes and Communities Agency: NHS.NEY.020 North East Hospital Sites Term Landscape Maintenance Contract 2015 - 2018

  Homes and Communities Agency has published this notice through Delta eSourcing

Notice Summary
Title: NHS.NEY.020 North East Hospital Sites Term Landscape Maintenance Contract 2015 - 2018
Notice type: Contract Notice
Authority: Homes and Communities Agency
Nature of contract: Services
Procedure: Open
Short Description: The provision of landscape maintenance and cleansing services for 6 sites within North East. Typical planned works under this Contract comprise of but are not exclusively limited to the following; Site inspections, whereby the Contractor shall indicate all matters relating to the maintenance specification, recommendations for necessary works, incidences of vandalism, flytipping, trespass and adjustments to the scheduled works; Grass Cutting; Shrub Maintenance; Hedge Cutting; Weed Control; and Cleansing.
Published: 22/01/2015 14:50

View Full Notice

UK-Warrington: Grounds maintenance services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Homes and Communities Agency
      Arpley House, 110 Birchwood Boulevard, Birchwood, Warrington, WA3 7QH, United Kingdom
      Tel. +44 3001234500, URL: www.gov.uk/hca
      Contact: Bill Murphy

      Further information can be obtained at: ANNEX A.I
            
      Specifications and additional documents: ANNEX A.II
            
      Tenders or requests to participate must be sent to: ANNEX A.III
            
   
   I.2)Type of the contracting authority:
      National or federal agency/office

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: NHS.NEY.020 North East Hospital Sites Term Landscape Maintenance Contract 2015 - 2018
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27
         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Grounds maintenance services. The provision of landscape maintenance and cleansing services for 6 sites within North East. Typical planned works under this Contract comprise of but are not exclusively limited to the following; Site inspections, whereby the Contractor shall indicate all matters relating to the maintenance specification, recommendations for necessary works, incidences of vandalism, flytipping, trespass and adjustments to the scheduled works; Grass Cutting; Shrub Maintenance; Hedge Cutting; Weed Control; and Cleansing.
         
      II.1.6)Common Procurement Vocabulary:
         77314000 - Grounds maintenance services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The estimated contract value is based on understanding of commercial contracting rates for landscape maintenance services from recent tender exercises. The Contract is envisaged to have duration of 2 years with provision for a further 1 year extension under the same Terms and Conditions of the Contract. Any Contract extensions will be based on tendered Rates and Prices.                  
         Estimated value excluding VAT:
         Range between: 268,000 and 308,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Refer to Invitation to Tender documentation
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Refer to Invitation to Tender documentation
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Refer to Invitation to Tender documentation
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The contract is subject to Key Performance Indicators, refer to the Invitation to Tender documentation      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Refer to Invitation to Tender documentation      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Refer to Invitation to Tender documentation
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Refer to Invitation to Tender documentation      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         Lowest price

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: HCAE15045      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 11/03/2015
         Time: 13:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in month(s): 6
      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: January 2017 dependent on extension year
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.This procurement is being managed by The Environment Partnership (TEP) Limited on behalf of the Homes and Communities Agency all correspondence should be placed to TEP.All correspondence should be placed in writing including any questions raised through the Tender period.All Tender documents will be provided digitally to Contractors on the same basis.As part of the procurement process, the HCA needs to be satisfied that your organisation has systems in place for managing health and safety within your business. Organisations wishing to tender for this Contract must be either accredited to OHSAS18001, registered and assessed by a prequalification assessment scheme which is a member of SSIP (Safety Schemes in Procurement) or equivalent. This also applies to Non Construction companies. Registration and assessment must be in place prior to commencement of the Works. Further information on SSIP and details of assessment scheme members can be found on http://www.ssip.org.uk/. All discussions, meetings and communications will be conducted in English. The contract will be subject to English law. Tenders and all supporting documents must be priced in GBP and all payments under the contract will be made in GBP.This procurement and award is subject to the transparency arrangements being adopted by the UK Government. These arrangements include the publication of tender documentation issued by the HCA and the contract between the HCA and supplier. Bidders should highlight any areas they consider commercially sensitive in order for the HCA to be able to honour our transparency obligations without undermining the bidders commercial interests.Candidates are advised that the HCA is subject to the Freedom of Information Act 2000 ("The Act"). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidential or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The HCA shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is insufficient to include a statement of confidentiality encompassing all the information provided in the response.The HCA takes a zero-tolerance approach to bribery and corruption and sets high standards of impartiality, integrity and objectivity in relation to the stewardship of public funds and the management of its activities. The principles contained within this policy apply to both internal and external audiences, including anyone wishing to undertake business or engage with the HCA. Please refer to our Anti-bribery and Corruption Policy by visiting http://www.homesandcommunities.co.uk/ethical-policies for further information.All dates included in this notice are provisional and potentially subject to revision.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=127141737
GO-2015122-PRO-6309462 TKR-2015122-PRO-6309461
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Homes and Communities Agency
      St Georges House, Kingsway, Team Valley Trading Estate, Gateshead, NE11 0NA, United Kingdom
      Tel. +44 3001234500

      Body responsible for mediation procedures:
               Homes and Communities Agency
         St Georges House, Kingsway, Team Valley Trading Estate, Gateshead, NE11 0NA, United Kingdom
         Tel. +44 3001234500

      VI.4.2)Lodging of appeals: Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum of 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to consider the decision and highlight any errors in the award process. Such appeals should be addressed to the contact in I.1. If an appeal regarding the award of a contract has not been successfully resolved, Public Contracts Regulations 2006 (SI 2006 No. 5) and any amendments thereon provide for aggrieved parties to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and the intention to take action brought to the attention of the contracting authority to enable suspension of award proceedings.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Homes and Communities Agency
      St Georges House, Kingsway, Team Valley Trading Estate, Gateshead, NE11 0NA, United Kingdom
      Tel. +44 3001234500, URL: www.homesandcommunities.co.uk

   VI.5) Date Of Dispatch Of This Notice: 22/01/2015

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      The Environment Partnership (TEP) Limited
      Genesis Centre, Birchwood Science Park, Birchwood, Warrington, WA3 7BH, United Kingdom
      Tel. +44 1925844004, Email: HCATenders@tep.uk.com
      Contact: Lindsey Cunniff   
   
   II) Addresses and contact points from which specifications and additional documents can be obtained:
      The Environment Partnership (TEP) Limited
      Genesis Centre, Birchwood Science Park, Birchwood, Warrington, WA3 7BH, United Kingdom
      Tel. +44 1925844004, Email: HCATenders@tep.uk.com
      Contact: Lindsey Cunniff   
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      The Environment Partnership (TEP) Limited
      Genesis Centre, Birchwood Science Park, Birchwood, Warrington, WA3 7BH, United Kingdom
      Tel. +44 1925844004, Email: HCATenders@tep.uk.com
      Contact: Lindsey Cunniff

View any Notice Addenda

View Award Notice