Crescent Purchasing Consortium Grounds Maintenance Framework
The subsequent Framework will include the provision of grounds maintenance within educational institutions and the wider public sector. 13 Lots.
United Kingdom-Salford: Horticultural services
2020/S 132-325149
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Procurement House, Leslie Hough Way
Town: Salford
NUTS code: UKD3 Greater Manchester
Postal code: M6 6AJ
Country: United Kingdom
E-mail: e.kugler@thecpc.ac.uk
Telephone: +44 1619740964
Address of the buyer profile: www.thecpc.ac.uk
I.1)Name and addresses
Postal address: Albert House, 17 Bloom Street
Town: Manchester
NUTS code: UKD33 Manchester
Postal code: M1 3HZ
Country: United Kingdom
E-mail: natasha.peacock@manchester.ac.uk
Telephone: +44 1612348003
Address of the buyer profile: http://www.nwupc.ac.uk
I.1)Name and addresses
Postal address: 40 Academy Street
Town: Belfast
NUTS code: UKN06 Belfast
Postal code: BT1 2NQ
Country: United Kingdom
E-mail: keira.simpson@eani.org.uk
Telephone: +44 2890566461
Address of the buyer profile: https://www.eani.org.uk
I.1)Name and addresses
Postal address: Procurement House
Town: Salford
NUTS code: UK UNITED KINGDOM
Postal code: M6 6AJ
Country: United Kingdom
E-mail: e.kugler@thecpc.ac.uk
Address of the buyer profile: www.thecpc.ac.uk
I.2)Information about joint procurement
I.3)Communication
Postal address: Procurement House, Leslie Hough Way
Town: Salford
NUTS code: UKD3 Greater Manchester
Postal code: M6 6AJ
Country: United Kingdom
E-mail: e.kugler@thecpc.ac.uk
Telephone: +44 1619740964
Address of the buyer profile: www.thecpc.ac.uk
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Grounds Maintenance
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This tender for grounds maintenance is a retender of a previous CPC framework grounds maintenance framework. the subsequent framework will include the provision of grounds maintenance within educational institutions and the wider public sector. The general types of services that this framework will cover horticultural services, grounds maintenance and winter services as detailed in the specification. This tender will be available to all current and future members of CPC: https://www.thecpc.ac.uk/members/ regions.php https://www.gov.uk/guidance/get-information-about-schools The tender is also available for NWUPC members: https://www.nwupc.ac.uk/our-members EANI (Education Authority Northern Ireland) www.eani.org.uk/ and the following UK public sector bodies (and any future successors to these organisations): https://www.thecpc.ac.uk/suppliers/eligible-public-sectorbodies.php.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
East of England.
II.2.4)Description of the procurement:
Lot 1 — EAST (UKH).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
East Midlands.
II.2.4)Description of the procurement:
Lot 2 — East Midlands (UKF).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London.
II.2.4)Description of the procurement:
Lot 3 — London (UKI).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North East.
II.2.4)Description of the procurement:
Lot 4 — North East (UKC).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 5
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North West.
II.2.4)Description of the procurement:
Lot 5 — North West (UKD)
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 6
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NORTHERN IRELAND.
II.2.4)Description of the procurement:
Lot 6 — Northern Ireland (UKN).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 7
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Scotland.
II.2.4)Description of the procurement:
Lot 7 — Scotland (UKM).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 8
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South East.
II.2.4)Description of the procurement:
Lot 8 — South East (UKJ).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 9
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South West.
II.2.4)Description of the procurement:
Lot 9 — South West (UKK).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 10
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Wales.
II.2.4)Description of the procurement:
Lot 10 — Wales (UKL).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 11
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Midlands.
II.2.4)Description of the procurement:
Lot 11 — West Midlands (UKG).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 12
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Yorkshire and Humber.
II.2.4)Description of the procurement:
Lot 12 — Yorkshire and Humber (UKE).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 13
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK
II.2.4)Description of the procurement:
Lot 13 — National
If bidding for all lots please also tick this lot.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
VI.4.1)Review body
Postal address: Procurement House, Leslie Hough Way
Town: Salford
Postal code: M6 6AJ
Country: United Kingdom
E-mail: contracting@thecpc.ac.uk
Telephone: +44 8000662188Internet address: www.thecpc.ac.uk
VI.4.2)Body responsible for mediation procedures
Postal address: Procurement House, Leslie Hough Way
Town: Salford
Postal code: M6 6AJ
Country: United Kingdom
E-mail: contracting@thecpc.ac.uk
Telephone: +44 8000662188Internet address: www.thecpc.ac.uk
VI.4.3)Review procedure
The contracting authority will incorporate a minimum of a 10 calendar day standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015, provide for aggrieved parties who have been harmed or are at risk of harm, by breach of the rules to take action in the High Court. Any such action must be brought promptly
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Procurement House, Leslie Hough Way
Town: Salford
Postal code: M6 6AJ
Country: United Kingdom
E-mail: contracting@thecpc.ac.uk
Telephone: +44 8000662188Internet address: www.thecpc.ac.uk
VI.5)Date of dispatch of this notice: