Disabled users has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Grounds Maintenance East Area |
Notice type: | Contract Notice |
Authority: | Disabled users |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | A procurement exercise to renew environmental services contracts across the East area. The East area will be further subdivided into below lots: Lot 1: Norfolk & Suffolk Lot 2: Cambridgeshire (including Fenland & Lincolnshire) Lot 3: Hertsmere Lot 4: Hertfordshire Lot 5: Essex |
Published: | 04/02/2019 17:37 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Clarion Housing Group Limited
Level 6, 6 More London, Tooley Street, London, SE1 2DA, United Kingdom
Tel. +44 2031171237, Email: procurement@clarionhg.com
Contact: Majabheen Bhatti
Main Address: https://www.Clarionhg.com, Address of the buyer profile: https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=358657565
NUTS Code: UK
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: https://www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.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
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Grounds Maintenance East Area
Reference Number: 2816-2018
II.1.2) Main CPV Code:
77314000 - Grounds maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: A procurement exercise to renew environmental services contracts across the East area.
The East area will be further subdivided into below lots:
Lot 1: Norfolk & Suffolk
Lot 2: Cambridgeshire (including Fenland & Lincolnshire)
Lot 3: Hertsmere
Lot 4: Hertfordshire
Lot 5: Essex
II.1.5) Estimated total value:
Value excluding VAT: 9,916,425
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Norfolk & Suffolk
Lot No: 1
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77314100 - Grassing services.
90513100 - Household-refuse disposal services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
71351500 - Ground investigation services.
45259000 - Repair and maintenance of plant.
50000000 - Repair and maintenance services.
77310000 - Planting and maintenance services of green areas.
77311000 - Ornamental and pleasure gardens maintenance services.
II.2.3) Place of performance:
UKH17 Breckland and South Norfolk
UKH14 Suffolk
UKH16 North and West Norfolk
UKH15 Norwich and East Norfolk
II.2.4) Description of procurement: We require a ground maintenance service provider for Lot 1: Norfolk and Suffolk.
There is a wide geographical spread of properties mainly in the Broadland are but also stretching from Kings Lynn to Ipswich.
There are flats up to 4 stories located across the whole area. The schemes are primarily General Needs with 17 Live Smart retirement schemes split into 7 flat and 10 bungalow schemes.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 709,506
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Top 5 selected per Lot
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=358657565
II.2) Description Lot No. 2
II.2.1) Title: Cambridgeshire (including Fenland & Lincolnshire)
Lot No: 2
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77314100 - Grassing services.
90513100 - Household-refuse disposal services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
71351500 - Ground investigation services.
45259000 - Repair and maintenance of plant.
50000000 - Repair and maintenance services.
77310000 - Planting and maintenance services of green areas.
77311000 - Ornamental and pleasure gardens maintenance services.
II.2.3) Place of performance:
UKF30 Lincolnshire
UKF3 Lincolnshire
UKH12 Cambridgeshire CC
UKE13 North and North East Lincolnshire
II.2.4) Description of procurement: We require a ground maintenance service provider for Lot 2 - Cambridgeshire & Lincolnshire
There is a wide geographical spread of properties which stretches from Wisbech to Huntington and Peterborough; the main cluster of properties are located within the Fenland area, mainly in the market town of Wisbech.
The properties are general needs schemes together with 12 retirement Live Smart Schemes. Any flats in the area are up to three stories high at most.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,594,530
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Top 5 selected per Lot
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=358657565
II.2) Description Lot No. 3
II.2.1) Title: Hertsmere
Lot No: 3
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77314100 - Grassing services.
90513100 - Household-refuse disposal services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
71351500 - Ground investigation services.
45259000 - Repair and maintenance of plant.
50000000 - Repair and maintenance services.
77310000 - Planting and maintenance services of green areas.
77311000 - Ornamental and pleasure gardens maintenance services.
II.2.3) Place of performance:
UKH23 Hertfordshire
II.2.4) Description of procurement: We require a ground maintenance service provider for Lot 3 – Hertsmere
Clarion has some 130 sites within the Hertsmere region This area has a wide ranging, geographically dispersed portfolio of properties including new build flats, low, medium and high rise flats and a mix of new and pre-established housing estates of varying, but generally smaller scale sizes.
There are also a number of newer schemes that are mixed tenure, incorporating outright sale, leasehold, shared ownership, rented accommodation plus some supported and sheltered style accommodation. As a result we have a wide and varying client base.
We also offer a concessionary gardening service to a small number residents in the Hertsmere area, including our Borehamwood estate, Elstree, Radlett, Bushey, Watford, Shenley Ridge and Potters Bar.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,214,100
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is a contract for 6 years on a 4+1+1 basis. The initial contract terms is for four years with the option to extend for an additional two 12 month periods
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Top 5 selected per Lot
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=358657565
II.2) Description Lot No. 4
II.2.1) Title: Hertfordshire
Lot No: 4
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77314100 - Grassing services.
90513100 - Household-refuse disposal services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
71351500 - Ground investigation services.
45259000 - Repair and maintenance of plant.
50000000 - Repair and maintenance services.
77310000 - Planting and maintenance services of green areas.
77311000 - Ornamental and pleasure gardens maintenance services.
II.2.3) Place of performance:
UKH23 Hertfordshire
II.2.4) Description of procurement: We require a ground maintenance service provider for Lot 4 – Hertfordshire
The Hertfordshire area has a wide ranging geographically dispersed portfolio of properties including new build flats, low to medium rise flats and a mix of new and pre-established housing estates of varying sizes. A number of newer schemes are mixed tenure, incorporating outright sale, leasehold, shared ownership, rented accommodation plus supported and sheltered housing schemes for the elderly and 3 specialist schemes for vulnerable people.
As a result we have a wide and varying client base.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 3,095,526
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Top 5 selected per Lot
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=358657565ll
II.2) Description Lot No. 5
II.2.1) Title: Essex
Lot No: 5
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77314100 - Grassing services.
90513100 - Household-refuse disposal services.
90513000 - Non-hazardous refuse and waste treatment and disposal services.
71351500 - Ground investigation services.
45259000 - Repair and maintenance of plant.
50000000 - Repair and maintenance services.
77310000 - Planting and maintenance services of green areas.
77311000 - Ornamental and pleasure gardens maintenance services.
II.2.3) Place of performance:
UKH3 Essex
UKH36 Heart of Essex
UKH35 West Essex
UKH37 Essex Thames Gateway
UKH34 Essex Haven Gateway
II.2.4) Description of procurement: We require a ground maintenance service provider for Lot 5 – Essex
There are 75 schemes contained within this lot, which are further subdivided by service charge area. There are a variety of differing properties within this lot from garage blocks to 800+ property housing estates. There are a mixture of garage areas, houses, small and large blocks of flats, with none above 4 stories in height. The majority of the properties are former Local Authority owned, many in village/town locations, spread evenly within the Essex Area.
Amongst the lots are 2 sheltered housing schemes for elderly and 8 specialist schemes for vulnerable people.
All areas to be maintained are communal areas/open spaces for which most do not need separate access arrangement
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,170,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals: This is a contract for 6 years on a 4+1+1 basis . The initial contract terms is for four years with the option to extend for an additional two 12 month periods.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Top 5 selected per Lot
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This is a contract for 6 years on a 4+1+1 basis . This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=358657565
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:
The suitability criteria are set out in the Pre-Qualification Questionnaire ("PQQ") and scoring document which is available on: https://www.delta-esourcing.com/delta/buyers/ and once registered on the Delta site the access code is 8BXAY6EP5J
We will be using the Delta e-sourcing portal and to bid for the tender you will need to register them as a supplier. The link is https://www.delta-esourcing.com/
Once you are registered on the e-sourcing portal the access code for the tender is: 8BXAY6EP5J
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
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
As set out in the procurement documents
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - 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: 06/03/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/04/2019
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): 9
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
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.
We will be using the Delta e-sourcing portal and to bid for the tender you will need to register with them as a supplier. The link is: https://www.delta-esourcing.com/
Once you are registered on the e-sourcing portal the access code for the tender is: 8BXAY6EP5J
Clarion Housing Group reserve the right not to proceed or not to award the contract for the whole or any part of the proposed procurement. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=358660136
VI.4) Procedures for review
VI.4.1) Review body:
not applicable
not applicable, United Kingdom
Email: Majabheen.Bhatti@clarionhg.com
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 No 102) (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be “ineffective."
VI.4.4) Service from which information about the lodging of appeals may be obtained:
not applicable
not applicable, United Kingdom
Internet address: https://www.delta-esourcing.com
VI.5) Date Of Dispatch Of This Notice: 04/02/2019
Annex A