Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Grounds Maintenance 21-31 |
Notice type: | Contract Notice |
Authority: | Northern Housing Consortium Ltd |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | To establish a Dynamic Purchasing System (DPS) for grounds maintenance services, including equipment hire, winter services, and pest control, for members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future members of the Northern Housing Consortium. Further information on who can access the DPS is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/ The DPS shall run for 10 years, from September 2021 to August 2031. |
Published: | 19/07/2021 17:36 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Northern Housing Consortium
Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
Main Address: www.northern-consortium.org.uk, Address of the buyer profile: www.consortiumprocurement.org.uk
NUTS Code: UK
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-Sunderland:-Grounds-maintenance-services./2CHV6UMWQ8
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
Other type:: Central Purchasing Body
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Grounds Maintenance 21-31
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: To establish a Dynamic Purchasing System (DPS) for grounds maintenance services, including equipment hire, winter services, and pest control, for members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future members of the Northern Housing Consortium. Further information on who can access the DPS is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
The DPS shall run for 10 years, from September 2021 to August 2031.
II.1.5) Estimated total value:
Value excluding VAT: 678,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
43325100 - Grounds-maintenance equipment.
45112700 - Landscaping work.
90922000 - Pest-control services.
77310000 - Planting and maintenance services of green areas.
77320000 - Sports fields maintenance services.
77312000 - Weed-clearance services.
45340000 - Fencing, railing and safety equipment installation work.
98371111 - Cemetery maintenance services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To establish a Dynamic Purchasing System (DPS) for grounds maintenance services for members of the Northern Housing Consortium. The DPS will be available to be accessed by all current and future members of the Northern Housing Consortium. Further information on who can access the DPS is available at this linkhttps://consortiumprocurement.org.uk/framework-agreements/who-can-access/
The DPS shall run for 10 years, from September 2021 to August 2031.
The first stage of, and the initial on-boarding of suppliers onto the DPS, will take place between 20 July 2021 and 31 August 2031. Applicants are required to complete the selection questionnaire (SQ) and submit this (with all supporting documents requested in the SQ) via the Delta portal. Applications will be evaluated accordingly, and successful Applicants will be appointed to the DPS as an appointed supply partner. There will be no limit to the number of applicants that will be admitted to the DPS against each region, sector, and service category. New applicants can apply to join the DPS throughout the duration of the period via the SQ process.
An outline of the categories to be covered by the DPS are as follows, further breakdowns of the categories are available within the procurement documents:
Tier 1: Region:
• national (coverage of all NUTS Level 2 Codes for England, Scotland and Northern Ireland, and geographic regions for Wales);
Tier 2: Sector:
• Blue Light Services (including Ambulance, Fire and Police),
• education (including Academy Trusts, Schools, Universities and Higher Education),
• government bodies,
• health (including Care Homes, Commissioning Bodies, Hospices, NHS Trusts),
• housing associations, registered providers and ALMOs,
• local authorities,
• prison service;
Tier 3: Service
• Grounds maintenance - grass maintenance, hedge maintenance, chemical treatments, litter clearance, play area maintenance, garden maintenance, pond maintenance
• Arboriculture works
• Specialist planting
• Sports ground maintenance
• Winter services
• Pest control
• Fencing - design, supply, installation, and maintenance
• Invasive weeds - surveying, controlling and eradicating
• Landscaping services
• Cemetery maintenance
• Groundcare and arboriculture equipment hire
Applicants are not restricted to the number of categories they wish to apply for and will be invited to select which category(s) they wish to apply for by completing the category application table within the procurement documents.
The second stage is where appointed supply partners compete for members individual contracts, more commonly referred to as a further competition (also known as mini-tender) stage and consists of members refining the requirements for their specific contract. Following acceptance on to the DPS, supply partners will be invited to tender for all members’ further competitions under the region, sector, and service category(s) they have successfully applied for. The DPS includes terms and conditions for the second stage Further competitions by way of a supply agreement but places no obligations on members to procure any services via the DPS. The DPS itself is not a contract and contracts (Supply Agreements) are only formed when services are called off by members under the DPS.
The estimated value of the services to be procured for the entire duration of the DPS is an indicative amount and cannot be guaranteed.
Further information can be found within the procurement documents as detailed in section I.3) of the notice.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2021 / End: 31/08/2031
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: 1
Objective criteria for choosing the limited number of candidates: Not provided
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/tenders/UK-title/2CHV6UMWQ8
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
The dynamic purchasing system might be used by additional purchasers
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: 20/08/2021 Time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Grounds-maintenance-services./2CHV6UMWQ8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2CHV6UMWQ8
VI.4) Procedures for review
VI.4.1) Review body:
Northern Housing Consortium Ltd
Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000
VI.4.2) Body responsible for mediation procedures:
Northern Housing Consortium
Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
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: 19/07/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Leonard Cheshire Disability, SC005117
66 South Lambeth Road, London, SW8 1RL, United Kingdom
Tel. +44 7763580037, Email: Debbie.Wyness@leonardcheshire.org
Contact: Debbie Wyness
Main Address: www.leonardcheshire.org
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Leonard Cheshire Disability, Aug22, Cat6
Reference number: Not Provided
II.1.2) Main CPV code:
90922000 - Pest-control services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Supply of Grounds Maintenance Services, Pest Control.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 74,752
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90922000 - Pest-control services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: Supply of Grounds Maintenance Services, Pest Control.
II.2.5) Award criteria:
Quality criterion - Name: Quality Question 1 Mobilisation / Weighting: 16
Quality criterion - Name: Quality Question 2 Staffing / Weighting: 16
Quality criterion - Name: Quality Question 3 Service Levels / Weighting: 0
Quality criterion - Name: Quality Question 4 Pest Control Programme Review / Weighting: 18
Quality criterion - Name: Quality Question 5 Information Only / Weighting: 0
Cost criterion - Name: Pricing Element / Weighting: 50
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: 2021/S 000-016981
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: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 27/06/2022
V.2.2) Information about tenders
Number of tenders received: 2
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: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Contego Environmental Services Ltd, Contego Environmental Services Ltd
Unit 4 Maple Way, Aycliffe Business Park, Newton Aycliffe, Durham, DL5 6BF, United Kingdom
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 74,752
Total value of the contract/lot: 74,752
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=701951714
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium
Loftus House, Colima Avenue, Sunderland, SR5 3XB, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 30/06/2022
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Your Homes Newcastle Limited, 05076256
Civic Centre, Barras Bridge, Newcastle Upon Tyne, NE1 8PR, United Kingdom
Tel. +44 1912787765, Email: david.w.bell@yhn.org.uk
Contact: David Bell
Main Address: www.yhn.org.uk
NUTS Code: UKC2
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:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Your Homes Newcastle Limited, Oct 22, Cat 5
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: For the supply of Grounds Maintenance - Winter Services
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 30,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90620000 - Snow-clearing services.
II.2.3) Place of performance
Nuts code:
UKC2 - Northumberland and Tyne and Wear
Main site or place of performance:
Northumberland and Tyne and Wear
II.2.4) Description of the procurement: For the supply of Grounds Maintenance - Winter Services
II.2.5) Award criteria:
Quality criterion - Name: Quality Question 1 – Ability to Deliver the Project / Weighting: 50
Quality criterion - Name: Quality Question 2 – Experience, Customer Service and Complaints Process / Weighting: 30
Quality criterion - Name: Quality Question 3 – Proactive Approach and Willingness to be Flexible / Weighting: 20
Cost criterion - Name: Criterion 1 - Pricing / Weighting: 50
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: 2021/S 000-016981
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: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 13/10/2022
V.2.2) Information about tenders
Number of tenders received: 1
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: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
AccuGrit Limited, 12127671
Rickinghall Business Centre, Willow Farm, Allwood Green, Rickinghall, IP22 1LQ, United Kingdom
NUTS Code: UKC2
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 30,000
Total value of the contract/lot: 30,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=729345391
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 21/10/2022
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Raven Housing Trust Limited, IP30070R
29 Linkfield Lane, Redhill, Surrey, RH1 1SS, United Kingdom
Tel. +44 7593136768, Email: Angela.fitzpatrick@ravenht.org.uk
Contact: Angela Fitzpatrick
Main Address: https://www.ravenht.org.uk/, Address of the buyer profile: https://www.ravenht.org.uk/
NUTS Code: UKJ2
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:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Raven Housing Trust, Dec22, Cats 1&2
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: Supply of grounds maintenance services, including arboriculture works
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,836,541.6
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
77211500 - Tree-maintenance services.
II.2.3) Place of performance
Nuts code:
UKJ2 - Surrey, East and West Sussex
Main site or place of performance:
Surrey, East and West Sussex
II.2.4) Description of the procurement: Supply of grounds maintenance services, including arboriculture works
II.2.5) Award criteria:
Quality criterion - Name: Quality – Method Statements / Weighting: 50
Quality criterion - Name: Social Value – Metrics Submission / Weighting: 10
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: 2021/S 000-016981
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: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/11/2022
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2 (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)
Cleanscapes Limited, 06868508
Coles Lane, Ockley, Dorking, Surrey, RH5 5HW, United Kingdom
NUTS Code: UKJ2
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 3,836,541.6
Total value of the contract/lot: 3,836,541.6
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=746046243
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium Ltd
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 21/12/2022
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Selwood Housing
Bryer Ash Business Park, Bradford Road, Trowbridge, BA14 8RT, United Kingdom
Tel. +44 1225715971, Email: Darren.holloway@selwoodhousing.com
Contact: Darren Holloway
Main Address: https://www.selwoodhousing.com/
NUTS Code: UKK
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:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Selwood Housing, Jan23, Cat2
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: Supply of Grounds Maintenance Services: Arboriculture Works
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 230,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
77211500 - Tree-maintenance services.
II.2.3) Place of performance
Nuts code:
UKK - SOUTH WEST (ENGLAND)
Main site or place of performance:
SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement: Supply of Grounds Maintenance Services: Arboriculture Works
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Quality / Weighting: 60
Cost criterion - Name: Criterion 1 - 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: 2021/S 000-016981
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: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/01/2023
V.2.2) Information about tenders
Number of tenders received: 2
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: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Idverde Limited, 3542918
Octavia House, Westwood Business Park, Westwood Way, Coventry, CV4 8JP, United Kingdom
NUTS Code: UKK
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: 230,000
Total value of the contract/lot: 23,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=751248335
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 17/01/2023
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Apex Housing Association Limited
10 Butcher Street, Derry, BT48 6HL, United Kingdom
Tel. +44 2871304800, Email: procurement@apex.org.uk
Contact: Paula Laverty
Main Address: www.apex.org.uk, Address of the buyer profile: www.apex.org.uk
NUTS Code: UKN0
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Apex Housing Group Ltd, Mar23, Cats 1&2
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: Dynamic Purchasing System (DPS) for grounds maintenance services: GROUNDS MAINTENANCE and ARBORICULTURE WORKS
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 349,853.72
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
77314000 - Grounds maintenance services.
II.2.3) Place of performance
Nuts code:
UKN0 - Northern Ireland
Main site or place of performance:
Northern Ireland
II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for grounds maintenance services: GROUNDS MAINTENANCE and ARBORICULTURE WORKS
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Proposed Team Experience / Weighting: 50
Cost criterion - Name: Criterion 1 - Price / Weighting: 50
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: 2021/S 000-016981
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: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/03/2023
V.2.2) Information about tenders
Number of tenders received: 2
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: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Idverde Limited, 3542918
Octavia House, Westwood Business Park, Westwood Way, Coventry, CV4 8JP, United Kingdom
NUTS Code: UKN0
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: 349,853.72
Total value of the contract/lot: 349,853.72
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=768197153
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 15/03/2023
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Apex Housing Association Limited
10 Butcher Street, UK-Derry: Grounds maintenance services., BT48 6HL, United Kingdom
Tel. +44 2871304800, Email: procurement@apex.org.uk
Contact: Paula Laverty
Main Address: www.apex.org.uk, Address of the buyer profile: www.apex.org.uk
NUTS Code: UKN0
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Apex Housing Group Ltd, Mar23, Cats 3&4
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: Dynamic Purchasing System (DPS) for grounds maintenance services: SPECIALIST PLANTING and SPORTS GROUNDS MAINTENANCE
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 702,906
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
77314000 - Grounds maintenance services.
II.2.3) Place of performance
Nuts code:
UKN0 - Northern Ireland
Main site or place of performance:
Northern Ireland
II.2.4) Description of the procurement: Dynamic Purchasing System (DPS) for grounds maintenance services: SPECIALIST PLANTING and SPORTS GROUNDS MAINTENANCE
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 - Proposed Team Experience / Weighting: 50
Cost criterion - Name: Criterion 1 - Price / Weighting: 50
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: 2021/S 000-016981
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: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 07/03/2023
V.2.2) Information about tenders
Number of tenders received: 2
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: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Total Ground Care (NI) Ltd, NI624989
16 Crewe Drive, Maghera, Derry, BT46 5EZ, United Kingdom
NUTS Code: UKN0
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 702,906
Total value of the contract/lot: 702,906
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=768197956
VI.4) Procedures for review
VI.4.1) Review body
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
Tel. +44 1915661000
VI.4.2) Body responsible for mediation procedures
Northern Housing Consortium
Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 15/03/2023