Time limit for receipt of tenders or requests to participate
Date: 08/10/2020
Local time: 09:00
ProcurePublic wishes to establish a framework agreement for the provision of grounds maintenance and cleaning services.
If you want help with winning this tender, then take a look at our Tender Writing page.
United Kingdom-London: Grounds maintenance services
2020/S 177-428630
Contract notice
Services
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Official name: Central and Cecil Housing Trust
Postal address: 266 Waterloo Road
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SE1 8RQ
Country: United Kingdom
E-mail:
Telephone: +44 2079225300
Internet address(es):
Main address: https://www.ccht.org.uk
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42904
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.mytenders.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.mytenders.co.uk/
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: www.mytenders.co.uk/
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Grounds Maintenance and Cleaning
Reference number: PP14137
II.1.2)Main CPV code
77314000 Grounds maintenance services
II.1.3)Type of contract
Services
II.1.4)Short description:
ProcurePublic wishes to establish a framework agreement for the provision of grounds maintenance and cleaning services.
The framework will be available for regional and national opportunities, for use by the following UK public sector bodies (and anyfuture successors to these organisations):
The following public bodies may also use the framework agreement:
http://www.wales.com/study/universities-wales
II.1.5)Estimated total value
Value excluding VAT: 50 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
43325100 Grounds-maintenance equipment
45112723 Landscaping work for playgrounds
77314000 Grounds maintenance services
90900000 Cleaning and sanitation services
90910000 Cleaning services
90911200 Building-cleaning services
90911300 Window-cleaning services
45233293 Installation of street furniture
77211300 Tree-clearing services
77211400 Tree-cutting services
77211500 Tree-maintenance services
77211600 Tree seeding
77340000 Tree pruning and hedge trimming
77341000 Tree pruning
90610000 Street-cleaning and sweeping services
90611000 Street-cleaning services
90612000 Street-sweeping services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
The grounds maintenance and cleaning framework is being procured covering a range of services and will be accessible by other public bodies or private entities throughout the UK.
II.2.5)Award criteria
Criteria below
Quality criterion – Name: Quality / Weighting: 60
Price – Weighting: 40
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:
To allow for the performance of the contract to be delivered.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
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
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
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: 10
In the case of framework agreements, provide justification for any duration exceeding 4 years:
To allow for the sufficient performance of call-off contracts to be delivered
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 08/10/2020
Local time: 09:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 08/10/2020
Local time: 10:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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.
Note: to register your interest in this notice and obtain any additional information please visit the myTenders website at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=220499
The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:220499)
VI.4)Procedures for review
VI.4.1)Review body
Official name: Public Procurement Review Service
Postal address: Cabinet Office
Town: London
Country: United Kingdom
E-mail:
Telephone: +44 3450103503
Internet address: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
07/09/2020