Communities & Housing Investment Consortium (CHIC) : Provision of Grounds Maintenance and Communal Cleaning Services

  Communities & Housing Investment Consortium (CHIC) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of Grounds Maintenance and Communal Cleaning Services
Notice type: Contract Notice
Authority: Communities & Housing Investment Consortium (CHIC)
Nature of contract: Services
Procedure: Open
Short Description: Cottsway Housing Association is a social business providing affordable homes in West Oxfordshire, Gloucestershire, Wiltshire and Worcestershire owning approx 5,000 homes. Cottsway Housing are seeking suitably resourced, qualified and experienced providers for Grounds Maintenance and Communal Cleaning Services across their portfolio. The opportunity is issued in 2 individual lots, Lot 1 Grounds Maintenance, Lot 2 Communal Cleaning. Applicants can apply for a single or both Lots. Lot 1 Grounds Maintenance will be delivered across General Needs, Independent Living and an Assisted Gardening stock. Lot 2 Communal Cleaning will be delivered across General Needs and Independent Living stock.
Published: 07/04/2021 17:08
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-Witney: Grounds maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Cottsway Housing Association, United Kingdom
             Cottsway House, Heynes Place, Avenue Two, Witney, OX28 4YG, United Kingdom
             Tel. +44 121153831, Email: aseagraves@arkconsultancy.co.uk
             Contact: Alex Seagraves
             Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: https://www.arkconsultancy.co.uk/
             NUTS Code: UKJ14
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Witney:-Grounds-maintenance-services./9KEZRH24U5
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Provision of Grounds Maintenance and Communal Cleaning Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      77314000 - Grounds maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Cottsway Housing Association is a social business providing affordable homes in West Oxfordshire, Gloucestershire, Wiltshire and Worcestershire owning approx 5,000 homes. Cottsway Housing are seeking suitably resourced, qualified and experienced providers for Grounds Maintenance and Communal Cleaning Services across their portfolio. The opportunity is issued in 2 individual lots, Lot 1 Grounds Maintenance, Lot 2 Communal Cleaning. Applicants can apply for a single or both Lots. Lot 1 Grounds Maintenance will be delivered across General Needs, Independent Living and an Assisted Gardening stock. Lot 2 Communal Cleaning will be delivered across General Needs and Independent Living stock.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Grounds Maintenance Lot 1       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      77314000 - Grounds maintenance services.
      
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: Grounds Maintenance Services to include the management, delivery, organisation, supervision, performance and provision of services to General Needs, Independent Living and Assisted Gardening stock across the portfolio . The Contractor shall provide a comprehensive grounds maintenance service to a standard that contributes to the satisfaction of our customers whilst maintaining the aesthetics of the properties including weekly, monthly and annual schedules of work and emergency/ ad-hoc work requests.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: 48 month contract with options to further extend for a further 2 periods of 24 months based upon satisfactory performance
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/9KEZRH24U5       
II.2) Description Lot No. 2
      
      II.2.1) Title: Communal Cleaning Lot 2       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90910000 - Cleaning services.
      90911000 - Accommodation, building and window cleaning services.
      
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: Communal Cleaning Services for internal and external communal areas including windows and utility areas. Services to include the management, delivery, organisation, supervision, performance and provision of services to General Needs and Independent Living accommodation across the portfolio . The Contractor shall provide a comprehensive Communal Cleaning Service to a standard that contributes to the satisfaction of our customers whilst maintaining the aesthetics of the properties including a scheduled programme of monthly, quarterly and annual schedules of work and emergency/ ad-hoc work requests.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: 48 month contract with options to further extend for a further 2 periods of 24 months based upon satisfactory performance
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/36P5G5Q3XJ       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      Performance Indicators as stated in the Procurement Documents          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 07/05/2021 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 07/05/2021
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The Contracting Authority expressly reserves the right:

i.to award one, some, all or no Lots;
ii.not to award any contract/framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and
iii.to make whatever changes it may see fit to the content and structure of the tendering competition

and in no circumstances will the Authority be liable for any costs incurred by Economic Operators or Candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at the sole risk of the Economic Operator or Candidate participating in this procurement process.


No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc will be paid if a contract or framework agreement is withdrawn for any reason. Economic Operators should take part in this process only on the basis that they fully understand and accept this position.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Witney:-Grounds-maintenance-services./9KEZRH24U5

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9KEZRH24U5
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court, Royal Courts of Justice
       Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          ARK Consultancy
       84 Spencer Street, BIRMINGHAM, B18 6DS, United Kingdom
       Tel. +44 1215153831
       Internet address: https://www.arkconsultancy.co.uk/contact-us/
   VI.5) Date Of Dispatch Of This Notice: 07/04/2021

Annex A


View any Notice Addenda

View Award Notice