Grounds Maintenance Services Newcastle
Home Group Limited. UK-Newcastle upon Tyne: cleaning and sanitation services in urban or rural areas, and related services
2012/S 65-106320
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Home Group Limited
2 Gosforth Park Way, Gosforth Park Way
For the attention of: Johanna Dolan
NE12 8ET Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 8451551234
Internet address(es):
General address of the contracting authority: http://www.homegroup.org.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0605
Further information can be obtained from: Home Group Limited
2 Gosforth Park Way, Gosforth Park Way
For the attention of: Johanna Dolan
NE12 8ET Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 8451551234
Internet address: http://www.homegroup.org.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Home Group Limited
2 Gosforth Park Way, Gosforth Park Way
For the attention of: Johanna Dolan
NE12 8ET Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 8451551234
Internet address: http://www.homegroup.org.uk
Tenders or requests to participate must be sent to: Home Group Limited
2 Gosforth Park Way, Gosforth Park Way
For the attention of: Johanna Dolan
NE12 8ET Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 8451551234
Internet address: http://www.homegroup.org.uk
The contracting authority is purchasing on behalf of other contracting authorities: yes
Other Housing Associations
Section II: Object of the contract
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: UK-North East.
NUTS code UKC
www.housingprocurement.com
The Services required:
Home is looking to outsource its grounds maintenance and neighbourhood services in the North East area only for its general needs customers, Leaseholders and Home Prime customers (older persons).
On many of our estates in the North East, Home is responsible for the upkeep and maintenance of a wide variety of open spaces and communal living areas, through a mixture of employment of direct workforce (DWF) and external contract arrangements.
Where tenancy agreements and leases allow, the cost of doing this work is recovered from the residents in the form of service charges.
In the North East, there is currently a DWF Gardening Team that manages the majority of the landscaping requirements (including Home Prime sheltered housing schemes). The DWF neighbourhood services team carries out additional estate services (communal internal cleaning and litter picking, void garden maintenance). Routine health and safety Inspections/fire risk assessments of all the communal living areas are undertaken by the DWF neighbourhood services team.
Neighbourhood services and grounds maintenance functions:
The service in the North East is managed by a Customer Services Manager, supported by three neighbourhood team leaders and one landscape supervisor.
The neighbourhood team leaders manage a compliment of fourteen neighbourhood assistants, whose duties include the cleaning of the communal stairwells and landings on a weekly basis (internal), a weekly litter picking and estate tidy up service (external), minor repairs where necessary and void garden tidy ups. The neighbourhood assistants are either estate based or work sub-regionally on a daily rota.
It is envisaged that the North East area will be split into 4 sub-regions;
1) Teesside – inc Darlington, Hartlepool, Stockton-on-Tees, Redcar & Cleveland;
2) County Durham and Sunderland inc Barnard Castle
3) Gateshead, North and South Tyneside;
4) Northumberland.
TUPE:
It is envisaged that there will be a transfer of labour from Home and incumbent contractors under Transfer of Undertakings and Protection of Employment Act 1981 (TUPE). Although at this stage exact employee numbers to which TUPE applies are not known.
TUPE can be complex and Home recommends that Bidders seek professional advice to ensure they fully understand the responsibilities of each party.
Note: to register your interest in this notice and obtain any additional information please visit the myTenders web site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=87193.
90600000, 90000000, 77314000, 71421000, 90511300, 77211300, 77211400, 77211500, 77340000
Tenders may be submitted for one or more lots
Information about lots
Lot No: 3 Lot title: Gateshead, North and South Tyneside
77314000, 90600000, 90000000, 71421000, 77211300, 77211400, 77211500, 77340000, 77341000
77314000, 90000000, 90600000, 71421000, 77211300, 77211400, 77211500, 77340000, 77341000
77314000, 90000000, 90600000, 71421000, 77211300, 77211400, 77211500, 77340000, 77341000
77314000, 90000000, 90600000, 71421000, 77211300, 77211400, 77211500, 77340000, 77341000
Section III: Legal, economic, financial and technical information
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process;
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession;
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession;
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register;
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process;
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation;
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established;
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance;
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice;
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years;
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001;
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards;
(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests;
(6) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided;
(7) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(8) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities;
(9) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(10) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(11) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Section IV: Procedure
Section VI: Complementary information
Estimated timing for further notices to be published: January 2015.
VI.5)Date of dispatch of this notice:29.3.2012