Grounds Maintenance Bedfordshire
Provision of grounds maintenance services to portfolio of social rented properties located in Hertfordshire, and Bedfordshire.
UK-Houghton Regis: grounds maintenance services
2012/S 31-050250
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Aldwyck Housing Group
6 Houghton Hall Business Park, Porz Avenue, Bedfordshire
Contact point(s): Darren Corsby – Asset Manager
LU5 5UZ Houghton Regis
UNITED KINGDOM
E-mail: darren.corsby@aldwyck.co.uk
Internet address(es):
General address of the contracting authority: http://www.aldwyck.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Grounds Maintenance.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: UKH2.
NUTS code UKH2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Provision of grounds maintenance services to portfolio of social rented properties located in Hertfordshire, and Bedfordshire.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The estimated value of the work is in the region of 180 000,00 GBP per year.
Estimated value excluding VAT: 540 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 2.7.2012. Completion 1.7.2015
Information about lots
Lot No: 1 Lot title: Grounds Maintenance Area 1
1)Short description
Grounds maintenance works.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Grounds Maintenance Area 3
1)Short description
Grounds maintenance works.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Previous experience of providing a similar service to other Social Housing Landlords. Annual turnover in excess of 1 000 000,00 GBP. This turnover must be achieved by the entity proposing to enter into a contract with Aldwyck Housing Group.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please submit:
– full set of previous 3 years audited accounts.
– details of main bank account, to include name, account number, branch address and permission to contact the bank for reference purposes.
– details of any parent company, or subsidiary company and copies of their audited accounts for the last 3 years.
– existing business plan and cash flow.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Demonstrate capacity to incorporate the contract into existing workload. Demonstrate previous experience of delivering services to social landlords.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 7
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Financial capacity and viability of tender price submitted.. Weighting 70
2. Be able to demonstrate experience of delivering services to social housing landlords.. Weighting 5
3. Organisational capacity to undertake the work, with particular regard to the geographical area covered.. Weighting 5
4. A commitment to customer care and a willingness to involve residents in the process.. Weighting 5
5. Equitable employment policies and practices.. Weighting 5
6. A commitment to equality of opportunity for all members of the community.. Weighting 5
7. Evidence of meeting performance targets.. Weighting 5
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
4.4.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
13.4.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
WC2A 2LL Strand London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:10.2.2012