Grounds Maintenance Services London 2016
The Contract will commence on or around April 2016 and will last for an initial term of four years, with up to two extended periods of 2 years, meaning a total potential term of 8 years.
United Kingdom-London: Grounds maintenance services
2015/S 232-421992
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Genesis Housing Association Limited — UKI
IP31241R
Atelier House, 64 Pratt Street, Camden
For the attention of: Sandip Shergill
NW1 0DL London
UNITED KINGDOM
E-mail: sandip.shergill@genesisha.org.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/35281
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12965&B=OGC
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12965&B=OGC
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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: Lincolnshire, Bedfordshire, Northamptonshire, Buckinghamshire, Berkshire, Cambridgeshire, Norfolk, Suffolk, Hertfordshire, Essex, London Boroughs of Brent, Barnet, Harrow, Wandsworth, Ealing, Hillingdon, Southwark, Hammersmith and Fulham, Kensington and Chelsea, Westminster, Lambeth, Croydon, Merton and Surrey, London Boroughs of Havering, Camden, Islington, Haringey, Enfield, Hackney, Waltham Forest, Redbridge, Havering, Newham, Tower Hamlets and Barking & Dagenham.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Please note that over the course of the Contract a range of Genesis properties will be included and excluded from the scope of the Contract, as directed by GHA. This will include any properties added or removed as a result of changes to the Genesis group structure during the Contract term and therefore the Contract and the Services shall be for the benefit of GHA and its affiliates (meaning its subsidiaries, any holding organisation and any other subsidiaries of GHA’s holding organisation, as may vary from time to time during the term of the Contract). [GHA affiliate organisations may contract directly with the successful Applicant in which case the terms and conditions of the Contract shall apply equally as between GHA and the successful Applicant:
— Communal Cleaning (including windows).
— Graffiti / Fly Posting Removal.
— Deep Cleans.
— Bulk Rubbish / Fly Tipping Removal.
— Environmental Waste Removal.
— Paladin Bin Cleaning and Replacement.
— Litter Picking.
— Grass Cutting.
— Shrub, Rose and Hedge Maintenance.
— Tree Maintenance (including at height).
— Weed Spraying.
— Pest Control.
— Gritting / Snow Clearance.
— Lamp Replacement (not at height).
— Playground Equipment Maintenance.
The Contract will commence on or around April 2016 and will last for an initial term of four years, with up to two extended periods of 2 years, meaning a total potential term of 8 years.
Note: To register your interest in this notice and obtain any additional information please visit the EU-Supply Web Site at https://uk.eu-supply.com The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. 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.
II.1.6)Common procurement vocabulary (CPV)
77314000, 90910000, 71421000, 77211400, 77211500, 77312000, 77312100, 77340000, 77341000, 77342000, 90511300, 90690000, 90911000,90911200, 90911300, 90914000, 90922000, 50870000, 90620000, 90918000, 90500000, 90510000, 90511000, 90511100, 90511200, 90513000,90513100, 90513200, 31520000, 31524000, 31524100, 31531000, 31532000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
Information about lots
Lot No: 1 Lot title: Lot A (Counties)
1)Short description
2)Common procurement vocabulary (CPV)
77314000, 90910000, 71421000, 77211400, 77211500, 77312000, 77312100, 77340000, 77341000, 77342000, 90511300, 90690000, 90911000,90911200, 90911300, 90914000, 90922000, 50870000, 90620000, 90918000, 90500000, 90510000, 90511000, 90511100, 90511200, 90513000,90513100, 90513200, 31520000, 31524000, 31524100, 31531000, 31532000
Lot No: 2 Lot title: Lot B (Essex)
1)Short description
2)Common procurement vocabulary (CPV)
77314000, 90910000, 71421000, 77211400, 77211500, 77312000, 77312100, 77340000, 77341000, 77342000, 90511300, 90690000, 90911000,90911200, 90911300, 90914000, 90922000, 50870000, 90620000, 90918000, 90500000, 90510000, 90511000, 90511100, 90511200, 90513000,90513100, 90513200, 31520000, 31524000, 31524100, 31531000, 31532000
Lot No: 3 Lot title: Lot C (West London/South London and Surrey)
1)Short description
2)Common procurement vocabulary (CPV)
77314000, 90910000, 71421000, 77211400, 77211500, 77312000, 77312100, 77340000, 77341000, 77342000, 90511300, 90690000, 90911000,90911200, 90911300, 90914000, 90922000, 50870000, 90620000, 90918000, 90500000, 90510000, 90511000, 90511100, 90511200, 90513000,90513100, 90513200, 31520000, 31524000, 31524100, 31531000, 31532000
Lot No: 4 Lot title: Lot D (North London/East London)
1)Short description
2)Common procurement vocabulary (CPV)
77314000, 90910000, 71421000, 77211400, 77211500, 77312000, 77312100, 77340000, 77341000, 77342000, 90511300, 90690000, 90911000,90911200, 90911300, 90914000, 90922000, 50870000, 90620000, 90918000, 90500000, 90510000, 90511000, 90511100, 90511200, 90513000,90513100, 90513200, 31520000, 31524000, 31524100, 31531000, 31532000
Section III: Legal, economic, financial and technical information
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(8) Contracting authorities may exclude from participation in a procurement procedure any economic operator in any of the following situations:
(a) where the contracting authority can demonstrate by any appropriate means a violation of applicable obligations referred to in regulation 56(2);
(b) where the economic operator is bankrupt or is the subject of insolvency or winding-up proceedings, where its assets are being administered by a liquidator or by the court, where it is in an arrangement with creditors, where its business activities are suspended or it is in any analogous situation arising from a similar procedure under the laws and regulations of any State;
(c) where the contracting authority can demonstrate by appropriate means that the economic operator is guilty of grave professional misconduct, which renders its integrity questionable;
(d) where the contracting authority has sufficiently plausible indications to conclude that the economic operator has entered into agreements with other economic operators aimed at distorting competition;
(e) where a conflict of interest within the meaning of regulation 24 cannot be effectively remedied by other, less intrusive, measures;
(f) where a distortion of competition from the prior involvement of the economic operator in the preparation of the procurement procedure, as referred to in regulation 41, cannot be remedied by other, less intrusive, measures;
(g) where the economic operator has shown significant or persistent deficiencies in the performance of a substantive requirement under a prior public contract, a prior contract
with a contracting entity, or a prior concession contract, which led to early termination of that prior contract, damages or other comparable sanctions;
(h) where the economic operator:
(i) has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria; or
(ii) has withheld such information or is not able to submit supporting documents required under regulation 59; or
(i) where the economic operator has —
i) undertaken to —
(aa) unduly influence the decision-making process of the contracting authority, or
(bb) obtain confidential information that may confer upon it undue advantages in the procurement procedure; or
(ii) negligently provided misleading information that may have a material influence on decisions concerning exclusion, selection or award.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ).
This questionnaire is available electronically from www.EU-Supply.com and must be returned an electronic copy format to GHA by the date stipulated.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 40
2. Price. Weighting 60
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
2. It is for those invited to tender to satisfy themselves of the position but tenderers should note that the provisions of the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply to this Contract.
3. All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the PQQ and all future stages of the selection and evaluation process. Under no circumstances will GHA or any of its advisers be liable for any costs or expenses borne by the applicant or its associated relevant organisations or any of its advisers in this process whether the applicant is successful or otherwise.
4. Please visit GHA’s Tender portal www.Eu-Supply.com to become a registered member and obtain the relevant tender documentation.
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 207947600
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
VI.4.2)Lodging of appeals
In accordance with regulations 86 to 102 (inclusive) of the Public Contracts Regulations 2015.
The contracting authority will incorporate a standstill period at the point of information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Such additional information should be requested from the EU Supply Portal.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: