Origin Housing Limited: Grounds Maintenance Service

  Origin Housing Limited is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Grounds Maintenance Service
Notice type: Contract Notice
Authority: Origin Housing Limited
Nature of contract: Services
Procedure: Restricted
Short Description: Origin Housing Ltd is a housing association with over 6,500 homes across London and Hertfordshire. We are looking for expression of interests for one contractor to provide a professional grounds maintenance service covering over 170 sites, managed and owned by Origin, spread across Inner & Outer London and Hertfordshire.
Published: 18/08/2017 16:04
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Grounds maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Origin Housing Limited
             St. Richards House, 110 Eversholt Street, London, NW1 1BS, United Kingdom
             Tel. +44 2072099311, Email: jay.cabeso@originhousing.org.uk
             Contact: Jay Cabeso
             Main Address: https://www.originhousing.org.uk
             NUTS Code: UKI31
      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-London:-Grounds-maintenance-services./Z586MA8V88
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Grounds Maintenance Service       
      Reference Number: ORIGIN - GRM001
      II.1.2) Main CPV Code:
      77314000 - Grounds maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Origin Housing Ltd is a housing association with over 6,500 homes across London and Hertfordshire. We are looking for expression of interests for one contractor to provide a professional grounds maintenance service covering over 170 sites, managed and owned by Origin, spread across Inner & Outer London and Hertfordshire.       
      II.1.5) Estimated total value:
      Value excluding VAT: 800,000       
      Currency: GBP
      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:
      UKJ SOUTH EAST (ENGLAND)
      
      II.2.4) Description of procurement: Origin Housing is looking for one supplier who can deliver a professional grounds maintenance service covering over 170 sites across Inner & Outer London and Hertfordshire. The ideal supplier will have proven experience providing a high standard of grounds maintenance and partnering experience for social housing providers. Further details are included in the procurement documents.

If you experience any technical difficulties from accessing the Delta portal, then
please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email
helpdesk@delta-esourcing.com.
      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: 800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      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: 3
            / Maximum number: 5       
      Objective criteria for choosing the limited number of candidates: This will be a two stage process, including a Selection Questionnaire stage. Bidders failing to meet certain minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order to achieve our maximum number of tenderer's at Invitation to Tender stage. Criteria for the SQ stage will be stated in the SQ document.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The grounds maintenance contract will run for 3 year's and under Origin's sole discretion can choose to extend the contract for a further 1 + 1 year's, each extended year subject to satisfactory partnering and service 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: 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:          
      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          
      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: 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: 29/09/2017 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/10/2017       
      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): 12
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 3 or 5 years from contract award
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Grounds-maintenance-services./Z586MA8V88

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Z586MA8V88
   VI.4) Procedures for review
   VI.4.1) Review body:
             Origin Housing Limited
       St. Richards House, 110 Eversholt Street, London, NW1 1BS, 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:    
    Origin Housing Ltd will incorporate a standstill period at the point information on the award of the contract is communicated to tenderer's. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderer's to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period by the Regulations according to the remedy sought.    
   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: 18/08/2017

Annex A


View any Notice Addenda

View Award Notice