Communities & Housing Investment Consortium (CHIC) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Grounds Maintenance and Communal Cleaning Services |
Notice type: | Contract Notice |
Authority: | Communities & Housing Investment Consortium (CHIC) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Cottsway Housing Association is a social business providing affordable homes in West Oxfordshire, Gloucestershire, Wiltshire and Worcestershire owning approx 5,000 homes. Cottsway Housing are seeking suitably resourced, qualified and experienced providers for Grounds Maintenance and Communal Cleaning Services across their portfolio. The opportunity is issued in 2 individual lots, Lot 1 Grounds Maintenance, Lot 2 Communal Cleaning. Applicants can apply for a single or both Lots. Lot 1 Grounds Maintenance will be delivered across General Needs, Independent Living and an Assisted Gardening stock. Lot 2 Communal Cleaning will be delivered across General Needs and Independent Living stock. |
Published: | 07/04/2021 17:08 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Cottsway Housing Association, United Kingdom
Cottsway House, Heynes Place, Avenue Two, Witney, OX28 4YG, United Kingdom
Tel. +44 121153831, Email: aseagraves@arkconsultancy.co.uk
Contact: Alex Seagraves
Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: https://www.arkconsultancy.co.uk/
NUTS Code: UKJ14
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: Yes.
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-Witney:-Grounds-maintenance-services./9KEZRH24U5
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Grounds Maintenance and Communal Cleaning Services
Reference Number: Not provided
II.1.2) Main CPV Code:
77314000 - Grounds maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Cottsway Housing Association is a social business providing affordable homes in West Oxfordshire, Gloucestershire, Wiltshire and Worcestershire owning approx 5,000 homes. Cottsway Housing are seeking suitably resourced, qualified and experienced providers for Grounds Maintenance and Communal Cleaning Services across their portfolio. The opportunity is issued in 2 individual lots, Lot 1 Grounds Maintenance, Lot 2 Communal Cleaning. Applicants can apply for a single or both Lots. Lot 1 Grounds Maintenance will be delivered across General Needs, Independent Living and an Assisted Gardening stock. Lot 2 Communal Cleaning will be delivered across General Needs and Independent Living stock.
II.1.5) Estimated total value:
Value excluding VAT: 1,500,000
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Grounds Maintenance Lot 1
Lot No: 1
II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
II.2.3) Place of performance:
UKJ14 Oxfordshire
II.2.4) Description of procurement: Grounds Maintenance Services to include the management, delivery, organisation, supervision, performance and provision of services to General Needs, Independent Living and Assisted Gardening stock across the portfolio . The Contractor shall provide a comprehensive grounds maintenance service to a standard that contributes to the satisfaction of our customers whilst maintaining the aesthetics of the properties including weekly, monthly and annual schedules of work and emergency/ ad-hoc work requests.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,000,000
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: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: 48 month contract with options to further extend for a further 2 periods of 24 months based upon satisfactory performance
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/9KEZRH24U5
II.2) Description Lot No. 2
II.2.1) Title: Communal Cleaning Lot 2
Lot No: 2
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
90911000 - Accommodation, building and window cleaning services.
II.2.3) Place of performance:
UKJ14 Oxfordshire
II.2.4) Description of procurement: Communal Cleaning Services for internal and external communal areas including windows and utility areas. Services to include the management, delivery, organisation, supervision, performance and provision of services to General Needs and Independent Living accommodation across the portfolio . The Contractor shall provide a comprehensive Communal Cleaning Service to a standard that contributes to the satisfaction of our customers whilst maintaining the aesthetics of the properties including a scheduled programme of monthly, quarterly and annual schedules of work and emergency/ ad-hoc work requests.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 500,000
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: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: 48 month contract with options to further extend for a further 2 periods of 24 months based upon satisfactory performance
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/36P5G5Q3XJ
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:
Not Provided
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
Performance Indicators as stated in the Procurement Documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
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: 07/05/2021 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 07/05/2021
Time: 12:00
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 No
Electronic payment will be used 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.
The Contracting Authority expressly reserves the right:
i.to award one, some, all or no Lots;
ii.not to award any contract/framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and
iii.to make whatever changes it may see fit to the content and structure of the tendering competition
and in no circumstances will the Authority be liable for any costs incurred by Economic Operators or Candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at the sole risk of the Economic Operator or Candidate participating in this procurement process.
No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc will be paid if a contract or framework agreement is withdrawn for any reason. Economic Operators should take part in this process only on the basis that they fully understand and accept this position.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Witney:-Grounds-maintenance-services./9KEZRH24U5
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9KEZRH24U5
VI.4) Procedures for review
VI.4.1) Review body:
The High Court, Royal Courts of Justice
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
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:
ARK Consultancy
84 Spencer Street, BIRMINGHAM, B18 6DS, United Kingdom
Tel. +44 1215153831
Internet address: https://www.arkconsultancy.co.uk/contact-us/
VI.5) Date Of Dispatch Of This Notice: 07/04/2021
Annex A