Notting Hill Genesis is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Notting Hill Genesis Cleaning and Gardening Contracts |
Notice type: | Contract Notice |
Authority: | Notting Hill Genesis |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Notting Hill Genesis has divided its requirement into ten Cleaning services contracts and ten Gardening services contracts (giving a total of 20 contracts). Notting Hill Genesis has decided to split its whole estate into 10 core geographic regions known as “Lots”, providing opportunities for a variety of suppliers (from large contractors to SMEs) to bid and work with Notting Hill Genesis in providing a high quality Cleaning and Gardening service for its residents. These regions will predominantly be at sites located in Greater London however some sites will be located in other counties in the Southeast or East of England. Tenderers can decide which contracts they bid for and do not have to bid for all of them. |
Published: | 04/09/2023 19:45 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Notting Hill Genesis
Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
Tel. +44 2038150000, Email: procurementteam@nhg.org.uk
Contact: NHG Procurement Team
Main Address: www.nhggroup.org.uk
NUTS Code: UKI
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/tenders/UK-UK-London:-Facilities-management-services./454E86E832
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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 Housing Association
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Notting Hill Genesis Cleaning and Gardening Contracts
Reference Number: PROC1230
II.1.2) Main CPV Code:
79993100 - Facilities management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Notting Hill Genesis has divided its requirement into ten Cleaning services contracts and ten Gardening services contracts (giving a total of 20 contracts). Notting Hill Genesis has decided to split its whole estate into 10 core geographic regions known as “Lots”, providing opportunities for a variety of suppliers (from large contractors to SMEs) to bid and work with Notting Hill Genesis in providing a high quality Cleaning and Gardening service for its residents. These regions will predominantly be at sites located in Greater London however some sites will be located in other counties in the Southeast or East of England. Tenderers can decide which contracts they bid for and do not have to bid for all of them.
II.1.5) Estimated total value:
Value excluding VAT: 99,000,000
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: NHG may at its discretion award more than two Lots to a Tenderer if the application of the Lot limitations would result in no Contract being awarded for a Lot or Lots. This might arise if there are no other ranked Tenderers for a particular Lot. Please see the SQ/ITT document for full details.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
Lot No: LOT 1
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
90911300 - Window-cleaning services.
98341140 - Caretaker services.
90690000 - Graffiti removal services.
31531000 - Light bulbs.
90500000 - Refuse and waste related services.
90511300 - Litter collection services.
90911000 - Accommodation, building and window cleaning services.
90911200 - Building-cleaning services.
90914000 - Car park cleaning services.
90918000 - Bin-cleaning services.
90510000 - Refuse disposal and treatment.
90511000 - Refuse collection services.
90511200 - Household-refuse collection services.
90511100 - Urban solid-refuse collection services.
90513200 - Urban solid-refuse disposal services.
31520000 - Lamps and light fittings.
31524000 - Ceiling or wall light fittings.
50870000 - Repair and maintenance services of playground equipment.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Cleaning services in the areas of Barnet, Camden and Islington. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.
Below provides a summary of some of the additional service requirements :
• Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and
bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms
•Annual Deep Clean
•Play Area Maintenance and Inspection
•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.
•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike
stores and waste chutes
•Lightbulb Replacement
•Ad-hoc Tasks and Requests
•The removal of graffiti
•The collection of sharps, needles, and broken glass
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 11,592,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/454E86E832
II.2) Description Lot No. 2
II.2.1) Title: Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
Lot No: Lot 2
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
90911300 - Window-cleaning services.
98341140 - Caretaker services.
90690000 - Graffiti removal services.
31531000 - Light bulbs.
90500000 - Refuse and waste related services.
90511300 - Litter collection services.
90911000 - Accommodation, building and window cleaning services.
90911200 - Building-cleaning services.
90914000 - Car park cleaning services.
90918000 - Bin-cleaning services.
90510000 - Refuse disposal and treatment.
90511000 - Refuse collection services.
90511200 - Household-refuse collection services.
90511100 - Urban solid-refuse collection services.
90513200 - Urban solid-refuse disposal services.
31520000 - Lamps and light fittings.
31524000 - Ceiling or wall light fittings.
50870000 - Repair and maintenance services of playground equipment.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Cleaning services in the Brent and Harrow Region . This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.
Below provides a summary of some of the additional service requirements :
•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and
bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms
•Annual Deep Clean
•Play Area Maintenance and Inspection
•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.
•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike
stores and waste chutes
•Lightbulb Replacement
•Ad-hoc Tasks and Requests
•The removal of graffiti
•The collection of sharps, needles, and broken glass
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 7,760,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 3
II.2.1) Title: Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
Lot No: Lot 3
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
90911300 - Window-cleaning services.
98341140 - Caretaker services.
90690000 - Graffiti removal services.
31531000 - Light bulbs.
90500000 - Refuse and waste related services.
90511300 - Litter collection services.
90911000 - Accommodation, building and window cleaning services.
90911200 - Building-cleaning services.
90914000 - Car park cleaning services.
90918000 - Bin-cleaning services.
90510000 - Refuse disposal and treatment.
90511000 - Refuse collection services.
90511200 - Household-refuse collection services.
90511100 - Urban solid-refuse collection services.
90513200 - Urban solid-refuse disposal services.
31520000 - Lamps and light fittings.
31524000 - Ceiling or wall light fittings.
50870000 - Repair and maintenance services of playground equipment.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Cleaning services in the Enfield, Hackney, Haringey, Tower Hamlets and Waltham Forest. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.
Below provides a summary of some of the additional service requirements :
•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and
bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms
•Annual Deep Clean
•Play Area Maintenance and Inspection
•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.
•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike
stores and waste chutes
•Lightbulb Replacement
•Ad-hoc Tasks and Requests
•The removal of graffiti
•The collection of sharps, needles, and broken glass
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 14,544,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 4
II.2.1) Title: Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
Lot No: Lot 4
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
90911300 - Window-cleaning services.
98341140 - Caretaker services.
90690000 - Graffiti removal services.
31531000 - Light bulbs.
90500000 - Refuse and waste related services.
90511300 - Litter collection services.
90911000 - Accommodation, building and window cleaning services.
90911200 - Building-cleaning services.
90914000 - Car park cleaning services.
90918000 - Bin-cleaning services.
90510000 - Refuse disposal and treatment.
90511000 - Refuse collection services.
90511200 - Household-refuse collection services.
90511100 - Urban solid-refuse collection services.
90513200 - Urban solid-refuse disposal services.
31520000 - Lamps and light fittings.
31524000 - Ceiling or wall light fittings.
50870000 - Repair and maintenance services of playground equipment.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Cleaning services in the areas of Barking & Dagenham,Havering,Newham,Redbridge. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.
Below provides a summary of some of the additional service requirements :
•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and
bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms
•Annual Deep Clean
•Play Area Maintenance and Inspection
•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.
•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike
stores and waste chutes
•Lightbulb Replacement
•Ad-hoc Tasks and Requests
•The removal of graffiti
•The collection of sharps, needles, and broken glass
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 4,056,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 5
II.2.1) Title: Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
Lot No: Lot 5
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
90911300 - Window-cleaning services.
98341140 - Caretaker services.
90690000 - Graffiti removal services.
31531000 - Light bulbs.
90500000 - Refuse and waste related services.
90511300 - Litter collection services.
90911000 - Accommodation, building and window cleaning services.
90911200 - Building-cleaning services.
90914000 - Car park cleaning services.
90918000 - Bin-cleaning services.
90510000 - Refuse disposal and treatment.
90511000 - Refuse collection services.
90511200 - Household-refuse collection services.
90511100 - Urban solid-refuse collection services.
90513200 - Urban solid-refuse disposal services.
31520000 - Lamps and light fittings.
31524000 - Ceiling or wall light fittings.
50870000 - Repair and maintenance services of playground equipment.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Cleaning services in the areas of Bromley,Croydon,Greenwich,Lewisham,Southwark. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.
Below provides a summary of some of the additional service requirements :
•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and
bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms
•Annual Deep Clean
•Play Area Maintenance and Inspection
•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.
•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike
stores and waste chutes
•Lightbulb Replacement
•Ad-hoc Tasks and Requests
•The removal of graffiti
•The collection of sharps, needles, and broken glass
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 4,632,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 6
II.2.1) Title: Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
Lot No: Lot 6
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
90911300 - Window-cleaning services.
98341140 - Caretaker services.
90690000 - Graffiti removal services.
31531000 - Light bulbs.
90500000 - Refuse and waste related services.
90511300 - Litter collection services.
90911000 - Accommodation, building and window cleaning services.
90911200 - Building-cleaning services.
90914000 - Car park cleaning services.
90918000 - Bin-cleaning services.
90510000 - Refuse disposal and treatment.
90511000 - Refuse collection services.
90511200 - Household-refuse collection services.
90511100 - Urban solid-refuse collection services.
90513200 - Urban solid-refuse disposal services.
31520000 - Lamps and light fittings.
31524000 - Ceiling or wall light fittings.
50870000 - Repair and maintenance services of playground equipment.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Cleaning services in the areas of Kensington & Chelsea ,Lambeth, Westminster .This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services
Below provides a summary of some of the additional service requirements :
•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and
bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms
•Annual Deep Clean
•Play Area Maintenance and Inspection
•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.
•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike
stores and waste chutes
•Lightbulb Replacement
•Ad-hoc Tasks and Requests
•The removal of graffiti
•The collection of sharps, needles, and broken glass
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 11,448,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 7
II.2.1) Title: Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
Lot No: LOT 7
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
90911300 - Window-cleaning services.
98341140 - Caretaker services.
90690000 - Graffiti removal services.
31531000 - Light bulbs.
90500000 - Refuse and waste related services.
90511300 - Litter collection services.
90911000 - Accommodation, building and window cleaning services.
90911200 - Building-cleaning services.
90914000 - Car park cleaning services.
90918000 - Bin-cleaning services.
90510000 - Refuse disposal and treatment.
90511000 - Refuse collection services.
90511200 - Household-refuse collection services.
90511100 - Urban solid-refuse collection services.
90513200 - Urban solid-refuse disposal services.
31520000 - Lamps and light fittings.
31524000 - Ceiling or wall light fittings.
50870000 - Repair and maintenance services of playground equipment.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Cleaning services in the areas of Ealing / Hammersmith & Fulham This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.
Below provides a summary of some of the additional service requirements :
•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and
bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms
•Annual Deep Clean
•Play Area Maintenance and Inspection
•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.
•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike
stores and waste chutes
•Lightbulb Replacement
•Ad-hoc Tasks and Requests
•The removal of graffiti
•The collection of sharps, needles, and broken glass
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 11,816,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 8
II.2.1) Title: Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
Lot No: Lot 8
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
90911300 - Window-cleaning services.
98341140 - Caretaker services.
90690000 - Graffiti removal services.
31531000 - Light bulbs.
90500000 - Refuse and waste related services.
90511300 - Litter collection services.
90911000 - Accommodation, building and window cleaning services.
90911200 - Building-cleaning services.
90914000 - Car park cleaning services.
90918000 - Bin-cleaning services.
90510000 - Refuse disposal and treatment.
90511000 - Refuse collection services.
90511200 - Household-refuse collection services.
90511100 - Urban solid-refuse collection services.
90513200 - Urban solid-refuse disposal services.
31520000 - Lamps and light fittings.
31524000 - Ceiling or wall light fittings.
50870000 - Repair and maintenance services of playground equipment.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Cleaning services in the areas of Hillingdon,Hounslow.This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.
Below provides a summary of some of the additional service requirements :
•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and
bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms
•Annual Deep Clean
•Play Area Maintenance and Inspection
•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.
•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike
stores and waste chutes
•Lightbulb Replacement
•Ad-hoc Tasks and Requests
•The removal of graffiti
•The collection of sharps, needles, and broken glass
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 2,544,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: he term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 9
II.2.1) Title: Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
Lot No: Lot 9
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
90911300 - Window-cleaning services.
98341140 - Caretaker services.
90690000 - Graffiti removal services.
31531000 - Light bulbs.
90500000 - Refuse and waste related services.
90511300 - Litter collection services.
90911000 - Accommodation, building and window cleaning services.
90911200 - Building-cleaning services.
90914000 - Car park cleaning services.
90918000 - Bin-cleaning services.
90510000 - Refuse disposal and treatment.
90511000 - Refuse collection services.
90511200 - Household-refuse collection services.
90511100 - Urban solid-refuse collection services.
90513200 - Urban solid-refuse disposal services.
31520000 - Lamps and light fittings.
31524000 - Ceiling or wall light fittings.
50870000 - Repair and maintenance services of playground equipment.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Cleaning services in the areas of Kingston-Upon-Thames,Spelthorne,Sutton,Wandsworth-Upon- This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.
Below provides a summary of some of the additional service requirements :
•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and
bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms
•Annual Deep Clean
•Play Area Maintenance and Inspection
•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.
•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike
stores and waste chutes
•Lightbulb Replacement
•Ad-hoc Tasks and Requests
•The removal of graffiti
•The collection of sharps, needles, and broken glass
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 1,760,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 10
II.2.1) Title: Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
Lot No: Lot 10
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
90911300 - Window-cleaning services.
98341140 - Caretaker services.
90690000 - Graffiti removal services.
31531000 - Light bulbs.
90500000 - Refuse and waste related services.
90511300 - Litter collection services.
90911000 - Accommodation, building and window cleaning services.
90914000 - Car park cleaning services.
90510000 - Refuse disposal and treatment.
90511000 - Refuse collection services.
90511200 - Household-refuse collection services.
90511100 - Urban solid-refuse collection services.
90513200 - Urban solid-refuse disposal services.
31520000 - Lamps and light fittings.
31524000 - Ceiling or wall light fittings.
50870000 - Repair and maintenance services of playground equipment.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: This contract Lot relates to Cleaning services in the areas of Essex,Bedford,Buckingshire and Luton. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.
Below provides a summary of some of the additional service requirements :
•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and
bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms
•Annual Deep Clean
•Play Area Maintenance and Inspection
•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.
•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike
stores and waste chutes
•Lightbulb Replacement
•Ad-hoc Tasks and Requests
•The removal of graffiti
•The collection of sharps, needles, and broken glass
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 7,072,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 11
II.2.1) Title: Gardening Services Including Grounds, Landscaping, and Trees Works
Lot No: Lot 11
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77211500 - Tree-maintenance services.
77310000 - Planting and maintenance services of green areas.
90511300 - Litter collection services.
77314100 - Grassing services.
03451300 - Shrubs.
77342000 - Hedge trimming.
71421000 - Landscape gardening services.
77312000 - Weed-clearance services.
90620000 - Snow-clearing services.
77211400 - Tree-cutting services.
77312100 - Weed-killing services.
77340000 - Tree pruning and hedge trimming.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Gardening services in the areas of Barnet,Camden,Islington .This will include Grounds, Landscaping, and Trees Works.
Below provides a summary of some of the additional service requirements :
•External soft grounds maintenance
•Grassed areas
•Bedding and planting
•Wildflower areas (biodiversity areas)
•Shrubs and hedges
•Litter and Leaf Clearance
•Green Roofs
•Water Features
•Tree management
•Reactive service
•Biodiversity commitments
•Snow Clearance and Gritting
•Weed Control
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 2,570,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 12
II.2.1) Title: Gardening Services Including Grounds, Landscaping, and Trees Works
Lot No: Lot 12
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77310000 - Planting and maintenance services of green areas.
90511300 - Litter collection services.
77314100 - Grassing services.
03451300 - Shrubs.
77342000 - Hedge trimming.
71421000 - Landscape gardening services.
77312000 - Weed-clearance services.
90620000 - Snow-clearing services.
77211500 - Tree-maintenance services.
77211400 - Tree-cutting services.
77312100 - Weed-killing services.
77340000 - Tree pruning and hedge trimming.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Gardening services in the areas of Brent,Harrow . This will include Grounds, Landscaping, and Trees Works.
Below provides a summary of some of the additional service requirements :
•External soft grounds maintenance
•Grassed areas
•Bedding and planting
•Wildflower areas (biodiversity areas)
•Shrubs and hedges
•Litter and Leaf Clearance
•Green Roofs
•Water Features
•Tree management
•Reactive service
•Biodiversity commitments
•Snow Clearance and Gritting
•Weed Control
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 2,216,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 13
II.2.1) Title: Gardening Services Including Grounds, Landscaping, and Trees Works
Lot No: Lot 13
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77211500 - Tree-maintenance services.
77310000 - Planting and maintenance services of green areas.
90511300 - Litter collection services.
77314100 - Grassing services.
03451300 - Shrubs.
77342000 - Hedge trimming.
71421000 - Landscape gardening services.
77312000 - Weed-clearance services.
90620000 - Snow-clearing services.
77211400 - Tree-cutting services.
77312100 - Weed-killing services.
77340000 - Tree pruning and hedge trimming.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Gardening services in the areas of Enfield,Hackney,Haringey,Tower Hamlets and Waltham Forest This will include Grounds, Landscaping, and Trees Works.
Below provides a summary of some of the additional service requirements :
•External soft grounds maintenance
•Grassed areas
•Bedding and planting
•Wildflower areas (biodiversity areas)
•Shrubs and hedges
•Litter and Leaf Clearance
•Green Roofs
•Water Features
•Tree management
•Reactive service
•Biodiversity commitments
•Snow Clearance and Gritting
•Weed Control
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 2,896,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 14
II.2.1) Title: Gardening Services Including Grounds, Landscaping, and Trees Works
Lot No: LOT 14
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77211500 - Tree-maintenance services.
77310000 - Planting and maintenance services of green areas.
90511300 - Litter collection services.
77314100 - Grassing services.
03451300 - Shrubs.
77342000 - Hedge trimming.
71421000 - Landscape gardening services.
77312000 - Weed-clearance services.
90620000 - Snow-clearing services.
77211400 - Tree-cutting services.
77312100 - Weed-killing services.
77340000 - Tree pruning and hedge trimming.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Gardening services in the areas of Barking&Dagenham,Havering,Newham and Redbridge . This will include Grounds, Landscaping, and Trees Works.
Below provides a summary of some of the additional service requirements :
•External soft grounds maintenance
•Grassed areas
•Bedding and planting
•Wildflower areas (biodiversity areas)
•Shrubs and hedges
•Litter and Leaf Clearance
•Green Roofs
•Water Features
•Tree management
•Reactive service
•Biodiversity commitments
•Snow Clearance and Gritting
•Weed Control
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 1,400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 15
II.2.1) Title: Gardening Services Including Grounds, Landscaping, and Trees Works
Lot No: Lot 15
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77211500 - Tree-maintenance services.
77310000 - Planting and maintenance services of green areas.
90511300 - Litter collection services.
77314100 - Grassing services.
03451300 - Shrubs.
77342000 - Hedge trimming.
71421000 - Landscape gardening services.
77312000 - Weed-clearance services.
90620000 - Snow-clearing services.
77211400 - Tree-cutting services.
77312100 - Weed-killing services.
77340000 - Tree pruning and hedge trimming.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Gardening services in the areas of Bromley,Croydon,Greenwich,Lewisham and Southwark This will include Grounds, Landscaping, and Trees Works.
Below provides a summary of some of the additional service requirements :
•External soft grounds maintenance
•Grassed areas
•Bedding and planting
•Wildflower areas (biodiversity areas)
•Shrubs and hedges
•Litter and Leaf Clearance
•Green Roofs
•Water Features
•Tree management
•Reactive service
•Biodiversity commitments
•Snow Clearance and Gritting
•Weed Control
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 2,264,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 16
II.2.1) Title: Gardening Services Including Grounds, Landscaping, and Trees Works
Lot No: Lot 16
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77211500 - Tree-maintenance services.
77310000 - Planting and maintenance services of green areas.
90511300 - Litter collection services.
77314100 - Grassing services.
03451300 - Shrubs.
77342000 - Hedge trimming.
71421000 - Landscape gardening services.
77312000 - Weed-clearance services.
90620000 - Snow-clearing services.
77211400 - Tree-cutting services.
77312100 - Weed-killing services.
77340000 - Tree pruning and hedge trimming.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Gardening services in the areas of Kensington & Chelsea,Lambeth and Westminster This will include Grounds, Landscaping, and Trees Works.
Below provides a summary of some of the additional service requirements :
•External soft grounds maintenance
•Grassed areas
•Bedding and planting
•Wildflower areas (biodiversity areas)
•Shrubs and hedges
•Litter and Leaf Clearance
•Green Roofs
•Water Features
•Tree management
•Reactive service
•Biodiversity commitments
•Snow Clearance and Gritting
•Weed Control
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 1,488,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 17
II.2.1) Title: Gardening Services Including Grounds, Landscaping, and Trees Works
Lot No: Lot 17
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77211500 - Tree-maintenance services.
77310000 - Planting and maintenance services of green areas.
90511300 - Litter collection services.
77314100 - Grassing services.
03451300 - Shrubs.
77342000 - Hedge trimming.
71421000 - Landscape gardening services.
77312000 - Weed-clearance services.
90620000 - Snow-clearing services.
77211400 - Tree-cutting services.
77312100 - Weed-killing services.
77340000 - Tree pruning and hedge trimming.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Gardening services in the areas of Ealing,Hammersmith & Fulham This will include Grounds, Landscaping, and Trees Works.
Below provides a summary of some of the additional service requirements :
•External soft grounds maintenance
•Grassed areas
•Bedding and planting
•Wildflower areas (biodiversity areas)
•Shrubs and hedges
•Litter and Leaf Clearance
•Green Roofs
•Water Features
•Tree management
•Reactive service
•Biodiversity commitments
•Snow Clearance and Gritting
•Weed Control
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 2,344,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 18
II.2.1) Title: Gardening Services Including Grounds, Landscaping, and Trees Works
Lot No: Lot 18
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77211500 - Tree-maintenance services.
77310000 - Planting and maintenance services of green areas.
90511300 - Litter collection services.
77314100 - Grassing services.
03451300 - Shrubs.
77342000 - Hedge trimming.
71421000 - Landscape gardening services.
77312000 - Weed-clearance services.
90620000 - Snow-clearing services.
77211400 - Tree-cutting services.
77312100 - Weed-killing services.
77340000 - Tree pruning and hedge trimming.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Gardening services in the areas of Hillingdon,Hounslow This will include Grounds, Landscaping, and Trees Works.
Below provides a summary of some of the additional service requirements :
•External soft grounds maintenance
•Grassed areas
•Bedding and planting
•Wildflower areas (biodiversity areas)
•Shrubs and hedges
•Litter and Leaf Clearance
•Green Roofs
•Water Features
•Tree management
•Reactive service
•Biodiversity commitments
•Snow Clearance and Gritting
•Weed Control
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 1,216,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 19
II.2.1) Title: Gardening Services Including Grounds, Landscaping, and Trees Works
Lot No: Lot 19
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77211500 - Tree-maintenance services.
77310000 - Planting and maintenance services of green areas.
90511300 - Litter collection services.
77314100 - Grassing services.
03451300 - Shrubs.
77342000 - Hedge trimming.
71421000 - Landscape gardening services.
77312000 - Weed-clearance services.
90620000 - Snow-clearing services.
77211400 - Tree-cutting services.
77312100 - Weed-killing services.
77340000 - Tree pruning and hedge trimming.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Gardening services in the areas of Kingston-Upon-Thames ,Merton,Richmond- Upon-Thames Spelthorne,Sutton,Wandsworth .This will include Grounds, Landscaping, and Trees Works.
Below provides a summary of some of the additional service requirements :
•External soft grounds maintenance
•Grassed areas
•Bedding and planting
•Wildflower areas (biodiversity areas)
•Shrubs and hedges
•Litter and Leaf Clearance
•Green Roofs
•Water Features
•Tree management
•Reactive service
•Biodiversity commitments
•Snow Clearance and Gritting
•Weed Control
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 376,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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
II.2) Description Lot No. 20
II.2.1) Title: Gardening Services Including Grounds, Landscaping, and Trees Works
Lot No: Lot 20
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
77211500 - Tree-maintenance services.
77310000 - Planting and maintenance services of green areas.
90511300 - Litter collection services.
77314100 - Grassing services.
03451300 - Shrubs.
77342000 - Hedge trimming.
71421000 - Landscape gardening services.
77312000 - Weed-clearance services.
90620000 - Snow-clearing services.
77211400 - Tree-cutting services.
77312100 - Weed-killing services.
77340000 - Tree pruning and hedge trimming.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: This contract Lot relates to Gardening services in the areas of Essex,Bedford,Buckinghamshire and Luton. This will include Grounds, Landscaping, and Trees Works.
Below provides a summary of some of the additional service requirements :
•External soft grounds maintenance
•Grassed areas
•Bedding and planting
•Wildflower areas (biodiversity areas)
•Shrubs and hedges
•Litter and Leaf Clearance
•Green Roofs
•Water Features
•Tree management
•Reactive service
•Biodiversity commitments
•Snow Clearance and Gritting
•Weed Control
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 4,376,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Please see further details within the SQ document
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:
There are specific training/accreditations/memberships required to participate in this procurement — Please refer to procurement documentation for full detail.
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
Not Provided
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: 04/10/2023
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 08/01/2024
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
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 No
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.
OUR STORY - MAKING LONDON HOME
Around two in every 100 Londoners live in a Notting Hill Genesis home. More than half are in general needs properties charged at social or affordable rent levels, but we also offer shared ownership, leasehold, market rent, supported and temporary housing, and commercial properties.
That tenure mix allows us to build on our proud legacy over almost six decades as an innovative and important player in London’s housing story, and to maintain our determination to deliver homes that Londoners can afford, whatever their personal circumstances.
We are committed to working better together for our residents, providing safe, warm and comfortable homes where they can live their lives well.
Our focus is on the capital, where we provide services to households in almost 61,000 homes across every London borough. We have slightly more than 6,000 properties in areas around London, but plan to transfer those to better placed registered providers over the coming years. As for previous transfers, we will work closely with local stakeholders and residents to ensure the process is as smooth as possible.
Alongside improving existing homes and services, we continue to build new homes. In 2023/24, we plan to deliver 1,281 new homes, 80% of which will be affordable, ensuring we are playing our part in addressing the capital’s housing shortage and enabling more people to truly make London home.
OTHER
NHG reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the tendering process or to terminate the process at any time and where appropriate re-advertise the procurement. NHG will not, under any circumstance , reimburse any expenses incurred by applicants in preparing their tender submissions.
SERVICES AND LOTS
The properties and schemes within each Lot may change during the term of the relevant Contract. This
may be due to a number of factors including, for example:
•where additional stock is developed or purchased by NHG, and new properties/schemes are added to
an existing Contract;
•where properties are transferred to another provider and properties/schemes are removed from an
existing Contract
• if it is necessary to move properties/scheme to another provider.
The Contract terms provide NHG the right to add and remove properties/schemes to allow this flexibility.
NHG has provided details of the estimated value of each Contract in the SQ and Invitation to Tender but this value may change where properties/schemes are added or removed from a Contract and there is therefore no guaranteed minimum value / expenditure under each Contract.
Further information can be found in the SQ/ITT document
NHG shall be under no obligation to award a contract as a result of this procurement exercise.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./454E86E832
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/454E86E832
VI.4) Procedures for review
VI.4.1) Review body:
Notting Hill Housing Association (NHG)
Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
Tel. +44 2083574577, Email: loraine.taylor@nhg.org.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 04/09/2023
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Notting Hill Genesis
Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
Tel. +44 2038150000, Email: Lorraine.taylor@nhg.org.uk
Contact: Lorraine Taylor
Main Address: www.nhggroup.org.uk
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Notting Hill Genesis Cleaning and Gardening Contracts Reference number: PROC1230
II.1.2) Main CPV code:
79993100 - Facilities management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Notting Hill Genesis has divided its requirement into ten Cleaning services contracts and ten Gardening services contracts (giving a total of 20 contracts). Notting Hill Genesis has decided to split its whole estate into 10 core geographic regions known as “Lots”, providing opportunities for a variety of suppliers (from large contractors to SMEs) to bid and work with Notting Hill Genesis in providing a high quality Cleaning and Gardening service for its residents. These regions will predominantly be at sites located in Greater London however some sites will be located in other counties in the Southeast or East of England. Tenderers can decide which contracts they bid for and do not have to bid for all of them.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 05/09/2023
VI.6) Original notice reference:
Notice Reference: 2023 - 606207
Notice number in OJ S: 2023/S 000 - 026151
Date of dispatch of the original notice: 04/09/2023
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: I.3)
Lot No: Not provided
Place of text to be modified: Communication
Instead of: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./454E86E832
Read: The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./488T3995U7
VII.1.2) Text to be corrected in original notice No: 2
Section Number: II.2.14)
Lot No: Not provided
Place of text to be modified: II.2.14) Additional information
Instead of: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/454E86E832
Read: to respond to this opportunity please go onto https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./488T3995U7
VII.1.2) Text to be corrected in original notice No: 3
Section Number: VI.3)
Lot No: Not provided
Place of text to be modified: VI.3) Additional Information
Instead of: NHG shall be under no obligation to award a contract as a result of this procurement exercise. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./454E86E832
Read: NHG shall be under no obligation to award a contract as a result of this procurement exercise. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./488T3995U7
VII.1.2) Text to be corrected in original notice No: 4
Section Number: VI.3)
Lot No: Not provided
Place of text to be modified: VI.3) Additional Information
Instead of: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/454E86E832
Read: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/ 488T3995U7
VII.1.2) Text to be corrected in original notice No: 5
Section Number: IV.2.2)
Lot No: Not provided
Place of text to be modified: IV.2.2) Time limit for receipt of tenders or requests to participate
Instead of: 04/10/2023
Read: 06/10/2023 at 12:00pm
VII.2) Other additional information: The access code in the delta link in the original contract notice was incorrect , please see the link with the correct access code as follows: https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./488T3995U7 (PLEASE NOTE ANY REFERENCES TO CODE 454E86E832 SHOULD BE IGNORED AS THIS IS NO LONGER VALID, INCLUDING THE BELOW LINKS.)
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./454E86E832
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/454E86E832