Grounds Maintenance Tender Maidstone
Grounds maintenance Thanet, Chatham, Redhill & Southwark PP304. UK-Maidstone: grassing services
2012/S 33-053708
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Orbit East and South Housing Association Limited
2nd Floor Horizon House, Unit 1 Eclipse Park, Sittingbourne Road
For the attention of: Ms Archie Seth
ME14 3EN Maidstone
UNITED KINGDOM
Telephone: +44 7795542486
E-mail: archie.seth@orbit.org.uk
Internet address(es):
General address of the contracting authority: www.orbit.org.uk
Address of the buyer profile: www.housingprocurement.com
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 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Main site or location of works, place of delivery or performance is South East England and is split into 2 lots (in the Boroughs in South London, Kent & Surrey).
LOT 1 – Thanet (approx 105 estates).
LOT2 – Chatham, Redhill & Southwark (approx 64 estates).
Full stock map indicating areas and range of sites within scope has been attached to the online PQQ questionnaire available at www.housingprocurement.com.NUTS code UKJ
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)
Lot 1 – Thanet.
LOT2 – Chatham, Redhill & Southwark.
Full stock map indicating areas and range of sites within scope has been attached to the online PQQ questionnaire.
Working for Orbit South Housing Association Limited the contract entails the provision of grounds maintenance services to communal landscaping.
The contract includes:
1. Grass maintenance;
2. Planted area maintenance;
3. Hedge maintenance;
4. Site cleansing;
5. Weed & moss control;
6. Play area inspections and
7. Ordered works such as tree maintenance, pesticides & vegetation control and planned improvements.
The contract covers approximately 170 sites. Further details of the current sites will be included at the invitation to tender stage.
In addition, the winning contractor will be required to undertake a tree survey to ascertain the number, location, species, approximate age and condition of trees and produce a database containing all information which will be transferred over to the authority.
II.1.6)Common procurement vocabulary (CPV)
77314100, 77314000
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:
The contract covers approximately 170 sites over 2 lots:
Lot 1 – Thanet (105 estates).
Lot 2 – Chatham, Redhill & Southwark (64 estates).
Further sites could be added and existing sites could be removed during the duration of the contract. Details of the current sites will be included at the invitation to tender stage. The estimated contract value is 300 000 GBP per annum. Over the proposed contract period of 5 years this equates to approximately 1 500 000 GBP. This contract is for a period of 5 years with a potential to be extended for a further 5 years.
A. The estimated annual values are based on current known information and costs therefore cannot be guaranteed as actual annual expenditure or volume of work over the contract period;
B. The Authority reserves the right to delete properties or add up to a further 50 % of properties to the service during the term of the contract if in the event another housing association joins the Orbit Group or Orbit acquired additional stock or sells stock off;
C. The Authority wishes to enter into a 60 (sixty) month (5 year) contract and reserves the right at its sole discretion to extend the initial duration by an additional maximum period of 60 (sixty) months.
Estimated value excluding VAT:
Range: between 1 500 000 and 3 000 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Thanet
1)Short description
Further detailed maps of areas to be covered for each estate for all current sites will be included at the invitation to tender stage.
A. The estimated annual values are based on current known information and costs therefore cannot be guaranteed as actual annual expenditure or volume of work over the contract period;
B. The Authority reserves the right to delete properties or add up to a further 50 % of properties to the service during the term of the contract if in the event another housing association joins the Orbit Group or Orbit acquired additional stock or sells stock off.
2)Common procurement vocabulary (CPV)
77314100, 77314000
Lot No: 2 Lot title: Chatham, Redhill & Southwark
1)Short description
Further detailed maps of areas to be covered for each estate for all current sites will be included at the invitation to tender stage.
A. The estimated annual values are based on current known information and costs therefore cannot be guaranteed as actual annual expenditure or volume of work over the contract period;
B. The Authority reserves the right to delete properties or add up to a further 50 % of properties to the service during the term of the contract if in the event another housing association joins the Orbit Group or Orbit acquired additional stock or sells stock off.
2)Common procurement vocabulary (CPV)
77314100, 77314000
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
Description of particular conditions: Details to be provided in the invitation to tender.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
The pre-qualification questionnaire will contain full details of relative importance.
All information and documents can be obtained by registering on the web site: www.housingprocurement.com.The PQQ is available for completion on www.housingprocurement.com.
Suppliers are reminded that they must read all support documentation and instructions at www.housingprocurement.com before they commence populating their on-line submission.
III.2.2)Economic and financial ability
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
The pre-qualification questionnaire will contain full details of relative importance.
All information and documents can be obtained by registering on the web site: www.housingprocurement.com.Minimum level(s) of standards possibly required: The pre-qualification questionnaire will contain full details of relative importance.
III.2.3)Technical capacity
(a) A list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— Where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority,
— Where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) For public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied:
(I) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request;
(II) Certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Information and formalities necessary for evaluating if requirements are met:
The pre-qualification questionnaire will contain full details of relative importance.
Minimum level(s) of standards possibly required:
The pre-qualification questionnaire will contain full details of relative importance.
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
Objective criteria for choosing the limited number of candidates: The pre-qualification questionnaire available from https://www.housingprocurement.com gives details of the selection & evaluation criteria and other information of relative importance.Potential contractors are asked to read the instructions & information: pre-qualification for grounds maintenance and all other relating documents.
Failure to follow the instructions could result in contractors scores being marked down.
IV.2.1)Award criteria
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
“PQQs will be issued and should be returned via Orbit Group’s electronic tendering system (procontract). Suppliers will need to register (at no charge) on https://www.housingprocurement.com to access information. Guidance on the operation of the web site is available without being registered”.
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with the Public Contracts Regulations 2006 (as amended 2009) available at http://www.legislation.gov.uk/.
VI.5)Date of dispatch of this notice:15.2.2012