Homes and Communities Agency: EAP.NW.012 EAP Merseyside and Greater Manchester Term Landscape Maintenance & Cleansing Contract 2016 - 2019

  Homes and Communities Agency has published this notice through Delta eSourcing

Notice Summary
Title: EAP.NW.012 EAP Merseyside and Greater Manchester Term Landscape Maintenance & Cleansing Contract 2016 - 2019
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 12 sites within the EAP Merseyside and Greater Manchester Portfolio. The sites vary in size, character and complexity and include public and private open space and land reserved for development. Since a number of the sites are used as, or are adjacent to, public open space the identification of health and safety risks is a priority. The sites comprise of grassland, woodland, hedgerows, scrub, and areas of hardstanding associated with formal and informal footpaths and roads. Typical planned services under this Contract comprise of but are not exclusively limited to the following; Site inspections, whereby the Supplier shall indicate all matters relating to the maintenance specification, recommendations for necessary Service, incidences of vandalism, flytipping, trespass and adjustments to the scheduled Service; Grass Cutting; Ornamental Shrub Maintenance; Hedge Cutting; Tree Works, Weed Control; and Cleansing.
Published: 19/07/2016 11:45

View Full Notice

UK-Warrington: Grounds maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Homes and Communities Agency
             Arpley House, 110 Birchwood Boulevard, Birchwood, Warrington, WA3 7QH, United Kingdom
             Tel. +300 1234500, Email: hcatenders@tep.uk.com
             Contact: Bill Murphy
             Main Address: www.gov.uk/hca, Address of the buyer profile: www.homesandcommunities.co.uk
             NUTS Code: UKD
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://clientportal.tep.uk.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://clientportal.tep.uk.com to the abovementioned address       
      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: Not provided
      I.4) Type of the contracting authority
            National or federal agency/office
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: EAP.NW.012 EAP Merseyside and Greater Manchester Term Landscape Maintenance & Cleansing Contract 2016 - 2019       
      Reference Number: HCAP17034
      II.1.2) Main CPV Code:
      77314000 - Grounds maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The provision of landscape maintenance and cleansing services for 12 sites within the EAP Merseyside and Greater Manchester Portfolio. The sites vary in size, character and complexity and include public and private open space and land reserved for development. Since a number of the sites are used as, or are adjacent to, public open space the identification of health and safety risks is a priority. The sites comprise of grassland, woodland, hedgerows, scrub, and areas of hardstanding associated with formal and informal footpaths and roads.
Typical planned services under this Contract comprise of but are not exclusively limited to the following; Site inspections, whereby the Supplier shall indicate all matters relating to the maintenance specification, recommendations for necessary Service, incidences of vandalism, flytipping, trespass and adjustments to the scheduled Service; Grass Cutting; Ornamental Shrub Maintenance; Hedge Cutting; Tree Works, Weed Control; and Cleansing.       
      II.1.5) Estimated total value:
      Value excluding VAT: 156,700       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKD NORTH WEST (ENGLAND)
      
      II.2.4) Description of procurement: The provision of landscape maintenance and cleansing services for 12 sites within the EAP Merseyside and Greater Manchester Portfolio. The sites vary in size, character and complexity and include public and private open space and land reserved for development. Since a number of the sites are used as, or are adjacent to, public open space the identification of health and safety risks is a priority. The sites comprise of grassland, woodland, hedgerows, scrub, and areas of hardstanding associated with formal and informal footpaths and roads
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 20
                        
            Cost criterion - Name: Price / Weighting: 80
                              
      II.2.6) Estimated value:
      Value excluding VAT: 156,700       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Refer to Invitation to Tender    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Refer to Invitation to Tender    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Refer to Invitation to Tender    
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      The contract is subject to Key Performance Indicators refer to Invitation to Tender          
      III.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: No

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 22/08/2016 Time: 13:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 22/08/2016
         Time: 14:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: October 2018 (dependent on extension year 2019)
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
Documents relating to this tender are provided on a Client Access Web Portal for you to access and download. To obtain the documents:
•Enter the following URL into the address bar of your internet browser http://clientportal.tep.uk.com
•When prompted for a username enter: Tepca7 (be careful not to include a space after the username)
•When prompted for a password enter: TepMGM0607
Please ensure your type in the password and do not copy and paste as this will not work.

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.

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 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 https://www.gov.uk/government/publications/anti-bribery-and-corruption-policy 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=211015466
   VI.4) Procedures for review
   VI.4.1) Review body:
             Homes and Communities Agency
       St Georges House, Kingsway, Team Valley Trading Estate, Gateshead, NE11 0NA, United Kingdom
       Tel. +44 3001234500
   VI.4.2) 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.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    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.4.4) 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
       Internet address: www.homesandcommunities.co.uk
   VI.5) Date Of Dispatch Of This Notice: 19/07/2016

Annex A


View any Notice Addenda

View Award 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. +300 1234500, Email: hcatenders@tep.uk.com
       Contact: Bill Murphy
       Main Address: www.gov.uk/hca, Address of the buyer profile: www.homesandcommunities.co.uk
       NUTS Code: UKD

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      National or federal agency/office

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: EAP.NW.012 EAP Merseyside and Greater Manchester Term Landscape Maintenance & Cleansing Contract 2016 - 2019            
      Reference number: HCAP17034

      II.1.2) Main CPV code:
         77314000 - Grounds maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The provision of landscape maintenance and cleansing services for 12 sites within the EAP Merseyside and Greater Manchester Portfolio. The sites vary in size, character and complexity and include public and private open space and land reserved for development. Since a number of the sites are used as, or are adjacent to, public open space the identification of health and safety risks is a priority. The sites comprise of grassland, woodland, hedgerows, scrub, and areas of hardstanding associated with formal and informal footpaths and roads.
Typical planned services under this Contract comprise of but are not exclusively limited to the following; Site inspections, whereby the Supplier shall indicate all matters relating to the maintenance specification, recommendations for necessary Service, incidences of vandalism, flytipping, trespass and adjustments to the scheduled Service; Grass Cutting; Ornamental Shrub Maintenance; Hedge Cutting; Tree Works, Weed Control; and Cleansing.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 100,576
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKD - NORTH WEST (ENGLAND)
   
      Main site or place of performance:
      NORTH WEST (ENGLAND)
             

      II.2.4) Description of the procurement: The provision of landscape maintenance and cleansing services for 12 sites within the EAP Merseyside and Greater Manchester Portfolio. The sites vary in size, character and complexity and include public and private open space and land reserved for development. Since a number of the sites are used as, or are adjacent to, public open space the identification of health and safety risks is a priority. The sites comprise of grassland, woodland, hedgerows, scrub, and areas of hardstanding associated with formal and informal footpaths and roads

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 20
                  
      Cost criterion - Name: Price / Weighting: 80
            

      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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/11/2016

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Continental Landscapes Limited
             Wychwood House, Landscape Close, Bicester, OX25 3SX, United Kingdom
             NUTS Code: UKD
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 100,576
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: For further additional information please refer to the original contract notice
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=235873173

   VI.4) Procedures for review

      VI.4.1) Review body
          Homes and Communities Agency
          St Georges House, Kingsway, Team Valley Trading Estate, Gateshead, NE11 0NA, United Kingdom
          Tel. +44 3001234500

      VI.4.2) 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.4.3) Review procedure
         Precise information on deadline(s) for review procedures: 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.4.4) Service from which information about the review procedure may be obtained
          Homes and Communities Agency
          St Georges House, Kingsway, Team Valley Trading Estate, Gateshead, NE11 0NA, United Kingdom
          Tel. +44 3001234500
          Internet address: www.homesandcommunities.co.uk

   VI.5) Date of dispatch of this notice: 19/01/2017