Basildon Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Grounds Maintenance Services |
Notice type: | Contract Notice |
Authority: | Basildon Borough Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The provision of grounds maintenance services to the Borough involving grass cutting, hedge and shrub pruning. |
Published: | 26/04/2016 14:56 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Basildon Borough Council
The Basildon Centre, St Martins Square, Basildon, SS14 1DL, United Kingdom
Tel. +44 1268533333, Email: angela.vine@basildon.gov.uk
Contact: Corporate Procurement
Main Address: https://www.basildon.gov.uk, Address of the buyer profile: https://www.basildon.gov.uk
NUTS Code: UKH3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Basildon:-Grounds-maintenance-services./WVT999YF7U
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
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Grounds Maintenance Services
Reference Number: CP-2015-0149
II.1.2) Main CPV Code:
77314000 - Grounds maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The provision of grounds maintenance services to the Borough involving grass cutting, hedge and shrub pruning.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Grounds Maintenance Services to include the following -
•CRA soft surfaces
•ECC verges
•Housing areas (including sheltered schemes, flat blocks and any external areas)
•Parks and open spaces
•Some countryside sites
•Allotments
•Closed churchyards
•Roundabouts
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Service Delivery / Weighting: 10
Quality criterion - Name: Grass Cutting / Weighting: 5
Quality criterion - Name: Flexibility of Service Provision / Weighting: 5
Quality criterion - Name: Contract Development & Investment / Weighting: 5
Quality criterion - Name: Customer Service & Communication / Weighting: 5
Quality criterion - Name: Information on Work carried Out & Schedule / Weighting: 5
Quality criterion - Name: Contract Monitoring / Weighting: 5
Quality criterion - Name: Environmental Sustainability / Weighting: 5
Quality criterion - Name: Staffing & Training / Weighting: 5
Quality criterion - Name: Health & Safety / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 5
Cost criterion - Name: Price / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 21,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 84
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 6
Objective criteria for choosing the limited number of cadidates: Following evaluation of the PQQ submissions the minimum number of candidates invited to tender will be 5 and the maximum number 6. Should more than one supplier rank in 6th position then the Contracting Authority will take through to tender stage all those candidates ranking 6th. Should less than 5 candidates pre-qualify then the Council may continue with the procedure by inviting the candidates with the required capabilities shall have their submissions evaluated in accordance with the criteria and scoring as specified in the documents.
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: The Contracting Authority reserves the right to cancel the procurement and not proceed with the long-term contract at any stage of the procurement process. The Contracting Authority also reserves the right not to award a contract. The Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract. Candidates should note that the provisions of the Transfer of Undertakings Protection of Employment (TUPE) Regulations 2006 may apply. Candidates should also note that admitted body status will be required for a new contractor, this will certainly apply for original Council transferees. Essex County Council are the administrative body regarding pension funds. It is the Council's intention that the Council may use the successful Contractor in carrying out activities for other Local Authorities and/or Housing Associations of which the Council maybe in shared service arrangements with or for which the Council may provide Grounds Maintenance Services. This means that the quantity of services to be provided may change over the term of the contract. The Council will in the tender documentation, address social value aims in line with its considerations of the Social Value Act 2012.
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:
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a pre-qualification questionnaire consistent with Directive 107 (1) in 2015 Public Contract Regulations.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a pre-qualification questionnaire consistent with Directive 107 (1) in 2015 Public Contract Regulations.
Minimum level(s) of standards possibly required (if applicable) :
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a pre-qualification questionnaire consistent with Directive 107 (1) in 2015 Public Contract Regulations.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a pre-qualification questionnaire consistent with Directive 107 (1) in 2015 Public Contract Regulations.
Minimum level(s) of standards possibly required (if applicable) :
As set out in the PQQ
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
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: 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: 31/05/2016 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 13/06/2016
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Please note the Tenderbox will not open until Wednesday 27th April 2016.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Basildon:-Grounds-maintenance-services./WVT999YF7U
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WVT999YF7U
VI.4) Procedures for review
VI.4.1) Review body:
Basildon Borough Council
Basildon, United Kingdom
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: 26/04/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Basildon Borough Council
The Basildon Centre, St Martins Square, Basildon, SS14 1DL, United Kingdom
Tel. +44 1268533333, Email: angela.vine@basildon.gov.uk
Contact: Corporate Procurement
Main Address: https://www.basildon.gov.uk, Address of the buyer profile: https://www.basildon.gov.uk
NUTS Code: UKH3
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Grounds Maintenance Services
Reference number: CP-2015-0149
II.1.2) Main CPV code:
77314000 - Grounds maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The provision of grounds maintenance services to the Borough involving grass cutting, hedge and shrub pruning.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 19,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: Grounds Maintenance Services to include the following -
•CRA soft surfaces
•ECC verges
•Housing areas (including sheltered schemes, flat blocks and any external areas)
•Parks and open spaces
•Some countryside sites
•Allotments
•Closed churchyards
•Roundabouts
II.2.5) Award criteria:
Quality criterion - Name: Service Delivery / Weighting: 10
Quality criterion - Name: Grass Cutting / Weighting: 5
Quality criterion - Name: Flexibility of Service Provision / Weighting: 5
Quality criterion - Name: Contract Development & Investment / Weighting: 5
Quality criterion - Name: Customer Service & Communication / Weighting: 5
Quality criterion - Name: Information on Work carried Out & Schedule / Weighting: 5
Quality criterion - Name: Contract Monitoring / Weighting: 5
Quality criterion - Name: Environmental Sustainability / Weighting: 5
Quality criterion - Name: Staffing & Training / Weighting: 5
Quality criterion - Name: Health & Safety / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 5
Cost criterion - Name: Price / Weighting: 40
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2016/S 84-147935
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Grounds Maintenance Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/04/2017
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
The Landscape Group idverde
Landscapes House, 3 Rye Hill Office Park, Birmingham Road, Allesley, CV5 9AB, United Kingdom
Tel. +44 2476405670, Fax. +44 2476405661, Email: mallen@thelandscapegroup.co.uk
Internet address: www.thelandscapegroup.co.uk
NUTS Code: UKH3
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 21,000,000
Total value of the contract/lot: 19,599,790.84
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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. Please note the Tenderbox will not open until Wednesday 27th April 2016.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=227313151
VI.4) Procedures for review
VI.4.1) Review body
Basildon Borough Council
Basildon, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 22/02/2018