Environmental Services Contracts – East of England
A procurement exercise to renew environmental services contracts across the East area. 5 Lots.
United Kingdom-London: Grounds maintenance services
2019/S 027-060332
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Level 6, 6 More London, Tooley Street
London
SE1 2DA
United Kingdom
Contact person: Majabheen Bhatti
Telephone: +44 2031171237
E-mail: procurement@clarionhg.com
NUTS code: UK
Address of the buyer profile: https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=358657565
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Grounds Maintenance East Area
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
A procurement exercise to renew environmental services contracts across the East area.
The East area will be further subdivided into below lots:
— Lot 1: Norfolk and Suffolk,
— Lot 2: Cambridgeshire (including Fenland and Lincolnshire),
— Lot 3: Hertsmere,
— Lot 4: Hertfordshire,
— Lot 5: Essex.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Norfolk and Suffolk
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Breckland and South Norfolk, Suffolk, North and West Norfolk, Norwich and East Norfolk.
II.2.4)Description of the procurement:
We require a ground maintenance service provider for Lot 1: Norfolk and Suffolk.
There is a wide geographical spread of properties mainly in the Broadland are but also stretching from Kings Lynn to Ipswich.
There are flats up to 4 stories located across the whole area. The schemes are primarily General Needs with 17 Live Smart retirement schemes split into 7 flat and 10 bungalow schemes.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This is a contract for 6 years on a 4 + 1 + 1 basis. The initial contract terms is for 4 years with the option to extend for an additional 2 x 12-month periods.
II.2.9)Information about the limits on the number of candidates to be invited
Top 5 selected per lot.
II.2.10)Information about variants
II.2.11)Information about options
This is a contract for 6 years on a 4 + 1 + 1 basis. This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
II.2.13)Information about European Union funds
II.2.14)Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=358657565
II.2.1)Title:
Cambridgeshire (including Fenland and Lincolnshire)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Lincolnshire, Lincolnshire, Cambridgeshire CC, North and North East Lincolnshire.
II.2.4)Description of the procurement:
We require a ground maintenance service provider for Lot 2: Cambridgeshire and Lincolnshire.
There is a wide geographical spread of properties which stretches from Wisbech to Huntington and Peterborough; the main cluster of properties are located within the Fenland area, mainly in the market town of Wisbech.
The properties are general needs schemes together with 12 retirement Live Smart Schemes. Any flats in the area are up to 3 stories high at most.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This is a contract for 6 years on a 4 + 1 + 1 basis. The initial contract terms is for 4 years with the option to extend for an additional 2 x 12-month periods.
II.2.9)Information about the limits on the number of candidates to be invited
Top 5 selected per lot.
II.2.10)Information about variants
II.2.11)Information about options
This is a contract for 6 years on a 4 + 1 + 1 basis. This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=358657565
II.2.1)Title:
Hertsmere
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Hertfordshire.
II.2.4)Description of the procurement:
We require a ground maintenance service provider for Lot 3: Hertsmere.
Clarion has some 130 sites within the Hertsmere region. This area has a wide ranging, geographically dispersed portfolio of properties including new build flats, low, medium and high-rise flats and a mix of new and pre-established housing estates of varying, but generally smaller scale sizes.
There are also a number of newer schemes that are mixed tenure, incorporating outright sale, leasehold, shared ownership, rented accommodation plus some supported and sheltered style accommodation. As a result we have a wide and varying client base.
We also offer a concessionary gardening service to a small number residents in the Hertsmere area, including our Borehamwood estate, Elstree, Radlett, Bushey, Watford, Shenley Ridge and Potters Bar.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This is a contract for 6 years on a 4 + 1 + 1 basis. The initial contract terms is for 4 years with the option to extend for an additional two 12 month periods.
II.2.9)Information about the limits on the number of candidates to be invited
Top 5 selected per lot.
II.2.10)Information about variants
II.2.11)Information about options
This is a contract for 6 years on a 4 + 1 + 1 basis. This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=358657565
II.2.1)Title:
Hertfordshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Hertfordshire.
II.2.4)Description of the procurement:
We require a ground maintenance service provider for Lot 4: Hertfordshire.
The Hertfordshire area has a wide ranging geographically dispersed portfolio of properties including new build flats, low to medium rise flats and a mix of new and pre-established housing estates of varying sizes. A number of newer schemes are mixed tenure, incorporating outright sale, leasehold, shared ownership, rented accommodation plus supported and sheltered housing schemes for the elderly and 3 specialist schemes for vulnerable people.
As a result we have a wide and varying client base.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This is a contract for 6 years on a 4 + 1 + 1 basis. The initial contract terms is for 4 years with the option to extend for an additional 2 x 12-month periods.
II.2.9)Information about the limits on the number of candidates to be invited
Top 5 selected per lot.
II.2.10)Information about variants
II.2.11)Information about options
This is a contract for 6 years on a 4 + 1 + 1 basis. This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=358657565ll
II.2.1)Title:
Essex
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Essex, Heart of Essex, West Essex, Essex Thames Gateway, Essex Haven Gateway.
II.2.4)Description of the procurement:
We require a ground maintenance service provider for Lot 5: Essex.
There are 75 schemes contained within this lot, which are further subdivided by service charge area. There are a variety of differing properties within this lot from garage blocks to 800+ property housing estates. There are a mixture of garage areas, houses, small and large blocks of flats, with none above 4 stories in height. The majority of the properties are former Local Authority owned, many in village/town locations, spread evenly within the Essex Area.
Amongst the lots are 2 sheltered housing schemes for elderly and 8 specialist schemes for vulnerable people.
All areas to be maintained are communal areas/open spaces for which most do not need separate access arrangement.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This is a contract for 6 years on a 4 + 1 + 1 basis. The initial contract terms is for 4 years with the option to extend for an additional 2 x 12-month periods.
II.2.9)Information about the limits on the number of candidates to be invited
Top 5 selected per lot.
II.2.10)Information about variants
II.2.11)Information about options
This is a contract for 6 years on a 4 + 1 + 1 basis. This is a framework for a housing organisation and during the duration of the contracts the lot descriptions and area maps may vary. Stock levels may also vary.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/delta/buyers/tenders/viewTenderStatus.html?id=358657565
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
The suitability criteria are set out in the Pre-Qualification Questionnaire (“PQQ”) and scoring document which is available on: https://www.delta-esourcing.com/delta/buyers/
and once registered on the Delta site the access code is 8BXAY6EP5J
We will be using the Delta e-sourcing portal and to bid for the tender you will need to register them as a supplier. The link is https://www.delta-esourcing.com/
Once you are registered on the e-sourcing portal the access code for the tender is: 8BXAY6EP5J
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As set out in the procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
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.
We will be using the Delta e-sourcing portal and to bid for the tender you will need to register with them as a supplier. The link is: https://www.delta-esourcing.com/
Once you are registered on the e-sourcing portal the access code for the tender is: 8BXAY6EP5J
Clarion Housing Group reserve the right not to proceed or not to award the contract for the whole or any part of the proposed procurement. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=358660136
GO Reference: GO-201924-PRO-14012110
VI.4.1)Review body
VI.4.3)Review procedure
The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 No. 102) (as amended) 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). 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. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be “ineffective”.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice: