National Maritime Museum: Grounds maintenance services

  National Maritime Museum has published this notice through Delta eSourcing

Notice Summary
Title: Grounds maintenance services
Notice type: Contract Notice
Authority: National Maritime Museum
Nature of contract: Services
Procedure: Restricted
Short Description: The National Maritime Museum is one of the leading museums in Britain and the largest of its kind in the world. It is situated in the beautiful surroundings of Greenwich Park. The Estate includes the main museum, the Sammy Ofer Wing, Queen's House (a Royal Palace dated 1635) on the principal site and the Royal Observatory. All these are listed, protected historic buildings. The Estate also includes two 'outstations', the Brass Foundry (a grade 1 listed building), part of the Royal Woolwich Arsenal site in Woolwich and a store at Kidbrooke. There is also a Victorian building close to the main museum used as offices/workshop. The contract is to provide maintenance of lawns, planted areas, hedges, cleansing of hard surfaces, including treatment of saprophytic growths, routine maintenance of trees and tree planting, litter and leaf clearance to a high standard.
Published: 15/04/2014 14:39

View Full Notice

UK-London: Grounds maintenance services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      National Maritime Museum
      Park Row, Greenwich, London, SE10 9NF, United Kingdom
      Tel. +44 2083126730, Email: tmccann@rmg.co.uk, URL: www.rmg.co.uk
      Attn: Tina McCann

      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:
      Other: National museum

   I.3) Main activity:
      Recreation, culture and religion
      Education

   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: Grounds maintenance services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
      
      II.1.5)Short description of the contract or purchase:
      Grounds maintenance services. Litter collection services. The National Maritime Museum is one of the leading museums in Britain and the largest of its kind in the world. It is situated in the beautiful surroundings of Greenwich Park. The Estate includes the main museum, the Sammy Ofer Wing, Queen's House (a Royal Palace dated 1635) on the principal site and the Royal Observatory. All these are listed, protected historic buildings. The Estate also includes two 'outstations', the Brass Foundry (a grade 1 listed building), part of the Royal Woolwich Arsenal site in Woolwich and a store at Kidbrooke. There is also a Victorian building close to the main museum used as offices/workshop. The contract is to provide maintenance of lawns, planted areas, hedges, cleansing of hard surfaces, including treatment of saprophytic growths, routine maintenance of trees and tree planting, litter and leaf clearance to a high standard.
         
      II.1.6)Common Procurement Vocabulary:
         77314000 - Grounds maintenance services.
         
         90511300 - Litter collection services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      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 contract price is to be stated as an all inclusive lump sum to cover the services described including cultural treatments necessary to ensure good condition of lawns and beds and the disposal off site of all arisings. The contactor will provide two permanent staff on site at all times.      
      
      II.2.2)Options: Yes
         If yes, description of these options: 3 years with an option to extend the duration for a further 2 years                   
         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      
         Starting: 01/10/2014
         Completion: 30/09/2017

   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:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      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: Not Provided      
      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: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                Not Provided
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated below
            Criteria - Weighting
            Ability to provide suitably skilled and competent labour - 15
            Experience of similar contracts - 10
            Capacity to carry out the works to the high standard specified - 10
            Tenderer's written, contract specific, health and safety policy, risk assessment and review procedures - 15
            Proposed details of the appropriate equipment to undertake the tasks - 12
            Appropriateness of the method statement, in accordance with the programme, in which the tenderer proposes to carry out the contract - 10
            The suitability of the companies' management supervisory and administrative structure - 8
            Satisfactory draft programme for the first 12 months of the contract - 10
            Details of resources to be provided to meet the requirement of the contract including details of work to be sub-contracted and the names and suitability of sub-contractors, if any - 10

      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: JN631      
      IV.3.2)Previous publication(s) concerning the same contract: No

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

      Date: 19/05/2014
      Time-limit for receipt of requests for documents or for accessing documents: 12:00      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 22/05/2014
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 19/06/2014      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=95825117
GO-2014415-PRO-5606877 TKR-2014415-PRO-5606876
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 15/04/2014

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      PBA Consulting
      Bryn Gardens, Rake Road, Liss, GU33 7HB, United Kingdom
      Tel. +44 1730893470, Email: peter.barton@pba-consulting.co.uk, URL: www.pba-consulting.co.uk
      Contact: Peter Barton   
   
   II) Addresses and contact points from which specifications and additional documents can be obtained:
      PBA Consulting
      Bryn Gardens, Rake Road, Liss, GU33 7HB, United Kingdom
      Tel. +44 1730893470, Email: peter.barton@pba-consulting.co.uk, URL: www.pba-consulting.co.uk   
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      PBA Consulting
      Bryn Gardens, Rake Road, Liss, GU33 7HB, United Kingdom
      Tel. +44 1730893470, Email: peter.barton@pba-consulting.co.uk, URL: www.pba-consulting.co.uk
      Attn: Peter Barton

View any Notice Addenda

View Award Notice

UK-London: Grounds maintenance services.

Section I: Contracting Authority
   Title: UK-London: Grounds maintenance services.
   I.1)Name, Addresses and Contact Point(s):
      National Maritime Museum
      Park Row, Greenwich, London, SE10 9NF, United Kingdom
      Tel. +44 2083126730, Email: tmccann@rmg.co.uk, URL: www.rmg.co.uk
      Attn: Tina McCann

   I.2)Type of the contracting authority:
      Other: National Museum

   I.3) Main activity:
      Not Provided

   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
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Grounds maintenance services      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 27
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UKI - LONDON         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Grounds maintenance services. Litter collection services. The National Maritime Museum is one of the leading museums in Britain and the largest of its kind in the world. It is situated in the beautiful surroundings of Greenwich Park. The Estate includes the main museum, the Sammy Ofer Wing, Queen's House (a Royal Palace dated 1635) on the principal site and the Royal Observatory. All these are listed, protected historic buildings. The Estate also includes two 'outstations', the Brass Foundry (a grade 1 listed building), part of the Royal Woolwich Arsenal site in Woolwich and a store at Kidbrooke. There is also a Victorian building close to the main museum used as offices/workshop. The contract is to provide maintenance of lawns, planted areas, hedges, cleansing of hard surfaces, including treatment of saprophytic growths, routine maintenance of trees and tree planting, litter and leaf clearance to a high standard.
      II.1.5)Common procurement vocabulary:
         77314000 - Grounds maintenance services.
         90511300 - Litter collection services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Ability to provide suitably skilled and competent labour - 15
         Experience of similar contracts - 10
         Capacity to carry out the works to the high standard specified - 10
         Tenderer's written, contract specific, health and safety policy, risk assessment and review procedures - 15
         Proposed details of the appropriate equipment to undertake the tasks - 12
         Appropriateness of the method statement, in accordance with the programme, in which the tenderer proposes to carry out the contract - 10
         The suitability of the companies' management supervisory and administrative structure - 8
         Satisfactory draft programme for the first 12 months of the contract - 10
         Details of resources to be provided to meet the requirement of the contract including details of work to be sub-contracted and the names and suitability of sub-contractors, if any - 10
         
      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: JN631         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 02/10/2014      
      V.2) Information About Offers
         Number Of Offers Received: 5          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Ground Control Ltd
         Postal address: Kingfisher House, Radford Way
         Town: Billericay
         Postal code: CM12 0EQ
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=117205556
GO-20141023-PRO-6111083 TKR-20141023-PRO-6111082   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 23/10/2014