BiT: Framework for the Provision of Schools' Grounds Maintenance Services

  BiT is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Framework for the Provision of Schools' Grounds Maintenance Services
Notice type: Contract Notice
Authority: BiT
Nature of contract: Services
Procedure: Open
Short Description: Provision of Schools’ Grounds Maintenance Services from which schools can direct award. The framework covers participating schools situated within the Borough of Telford & Wrekin.
Published: 06/11/2018 12:30
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-Telford: Grounds maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Telford & Wrekin Council
             Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
             Email: shelley.bourne@telford.gov.uk
             Main Address: www.telford.gov.uk
             NUTS Code: UKG21
      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-Telford:-Grounds-maintenance-services./AMRQ93W9GT
      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: Framework for the Provision of Schools' Grounds Maintenance 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: Provision of Schools’ Grounds Maintenance Services from which schools can direct award. The framework covers participating schools situated within the Borough of Telford & Wrekin.       
      II.1.5) Estimated total value:
      Value excluding VAT: 500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      77314000 - Grounds maintenance services.
      
      II.2.3) Place of performance:
      UKG21 Telford and Wrekin
      
      II.2.4) Description of procurement: Provision of Schools’ Grounds Maintenance Services from which schools can direct award based on their own preference. The choice of provider will be based on the responses provided by the Bidder in the initial documents.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Criterion 1 / Weighting: 30
                        
            Cost criterion - Name: Criterion 1 / Weighting: 70
                              
      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 days: 90       
      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:       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 main objective of the Framework is to offer schools access to up to 3 pre-approved Contractors, whom they may appoint to provide grounds maintenance services       


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       
      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 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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 3           
         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: 11/12/2018 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:
         Until: 08/02/2019
      
      IV.2.7) Conditions for opening of tenders:
         Date: 11/12/2018
         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 documents for this opportunity are available on https://www.delta-esourcing.com and you must register on this site to respond. Suppliers must log in and add the Tender Access Code AMRQ93W9GT following any instructions provided.

Please ensure that you allow yourself at least 2 hours when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. No other format will be accepted. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 08452 707050 or email helpdesk@delta-esourcing.com

All correspondence regarding this tender must go through the Delta email system and no further method of correspondence will be answered or acted upon.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Telford:-Grounds-maintenance-services./AMRQ93W9GT

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/AMRQ93W9GT
   VI.4) Procedures for review
   VI.4.1) Review body:
             Telford & Wrekin Council
       Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
       Tel. +44 1952383998
   VI.4.2) Body responsible for mediation procedures:
             Telford & Wrekin Council
          Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
          Tel. +44 1952383998
   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: 06/11/2018

Annex A


View any Notice Addenda

View Award Notice

UK-Telford: Grounds maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Telford & Wrekin Council
       Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
       Email: shelley.bourne@telford.gov.uk
       Main Address: www.telford.gov.uk
       NUTS Code: UKG21

   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: Framework for the Provision of Schools' Grounds Maintenance 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: Provision of Schools’ Grounds Maintenance Services from which schools can direct award. The framework covers participating schools situated within the Borough of Telford & Wrekin.

      II.1.6) Information about lots
         This contract is divided into lots: No
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            77314000 - Grounds maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKG21 - Telford and Wrekin
   
      Main site or place of performance:
      Telford and Wrekin
             

      II.2.4) Description of the procurement: Provision of Schools’ Grounds Maintenance Services from which schools can direct award based on their own preference. The choice of provider will be based on the responses provided by the Bidder in the initial documents.

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 / Weighting: 30
                  
      Cost criterion - Name: Criterion 1 / Weighting: 70
            

      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: The main objective of the Framework is to offer schools access to up to 3 pre-approved Contractors, whom they may appoint to provide grounds maintenance services


Section IV: Procedure

IV.1) Description

   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       
      

   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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   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: 17/01/2019

      V.2.2) Information about tenders
         Number of tenders received: 4
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Cropper Grounds Maintenance
             Park Lane, Off King Street, Fenton, Stoke on Trent, ST4 7AF, United Kingdom
             NUTS Code: UKG21
            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: Not Provided          
         Total value of the contract/lot: 500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   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: 17/01/2019

      V.2.2) Information about tenders
         Number of tenders received: 4
         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: Not Provided

      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 Ltd
             Landscapes House, 3 Rye Hill Office Park, Birmingham Road, Allesley, Coventry, CV5 9AB, United Kingdom
             NUTS Code: UKG21
            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: 500,000          
         Total value of the contract/lot: 500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   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: 17/01/2019

      V.2.2) Information about tenders
         Number of tenders received: 4
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Nobridge Ltd
             Cold Hatton, Telford, Shropshire, TF6 6QB, United Kingdom
             NUTS Code: UKG21
            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: 500,000          
         Total value of the contract/lot: 500,000
         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=384895096

   VI.4) Procedures for review

      VI.4.1) Review body
          Telford & Wrekin Council
          Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
          Tel. +44 1952383998

      VI.4.2) Body responsible for mediation procedures
          Telford & Wrekin Council
          Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
          Tel. +44 1952383998

      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: 20/03/2019