LGSS Grounds Maintenance Framework
The Authorities wish to appoint a Single Provider Framework in 2 lots (with Potential Providers having the option to bid for one or both lots) to provide Grounds Maintenance and associated Service.
United Kingdom-Northampton: Grounds maintenance services
2015/S 249-455192
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
LGSS on behalf of Cambridgeshire and Northamptonshire County Councils
John Dryden House, 8-10 The Lakes
For the attention of: Mr Eric Whelan
NN4 7YD Northampton
UNITED KINGDOM
Telephone: +44 1604363762
E-mail: ewhelan@northamptonshire.gov.uk
Internet address(es):
General address of the contracting authority: http://www.lgss.co.uk
Electronic access to information: https://www.lgssprocurementportal.co.uk
Electronic submission of tenders and requests to participate: https://www.lgssprocurementportal.co.uk
Further information can be obtained from: LGSS on behalf of Cambridgeshire and Northamptonshire County Councils
John Dryden House, 8-10 The Lakes
For the attention of: Mr Eric Whelan
NN4 7YD Northampton
UNITED KINGDOM
Telephone: +44 1604363762
E-mail: ewhelan@northamptonshire.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: LGSS on behalf of Cambridgeshire and Northamptonshire County Councils
John Dryden House, 8-10 The Lakes
For the attention of: Mr Eric Whelan
NN4 7YD Northampton
UNITED KINGDOM
Telephone: +44 1604363762
E-mail: ewhelan@northamptonshire.gov.uk
Tenders or requests to participate must be sent to: LGSS on behalf of Cambridgeshire and Northamptonshire County Councils
John Dryden House, 8-10 The Lakes
For the attention of: Mr Eric Whelan
NN4 7YD Northampton
UNITED KINGDOM
Telephone: +44 1604363762
E-mail: ewhelan@northamptonshire.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Cambridgeshire County Council
Shire Hall, Castle Hill
CB3 0AP Cambridge
UNITED KINGDOM
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
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 0
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
It is expected that the framework will last for a period of 3 years, with the option of 1 further year’s extension, and will take the form of a framework agreement, under which individual requirements within each lot will be specified and priced according to a schedule of rates agreed as a result of this tender process. It is difficult to predict the exact value of this contract as the Authorities’ property portfolios are likely to vary over the contract term, but it is estimated that the total value will not be less 780 000 GBP or greater than 1 200 000 GBP.This is calculated by taking the anticipated (but not guaranteed) annual spend of Cambridgeshire (75 000 GBP pa) and Northamptonshire (120 000 GBP pa), and allowing further spend within each lot from other bodies who may choose to access this framework. There is, however, no guarantee of any further body accessing this framework or of the totals provided above.
Potential Providers should note that due to the austerity measures within Local Government and the Public Sector, the number of locations and Buildings serviced within all Property contracts is likely to fall rather than rise. All Authorities accessing this framework shall reserve the right to remove as well as add buildings to their individual contracts, as well as remove areas of buildings from the scope of the requirement.
This Contract is open to all of LGSS including:
i.
partners and other organisations delegating services and or functions to LGSS (currently Cambridgeshire County Council, Northamptonshire County Council, Norwich City Council and Northampton Borough Council) who participate in LGSS‘ shared services venture;
ii.
existing and new customers of LGSS;
iii.
any city, district, borough or other local Authorities within the counties of any LGSS partner Authorities (currently Cambridgeshire County and Northamptonshire County);
iv.
any companies or organisations set up by participants in LGSS;
v.
any school, academy, university or other educational establishment within the counties of any LGSS partner Authorities (currently Cambridgeshire County and Northamptonshire County); and
vi.
members of the local Authorities purchasing group, Central Buying Consortium (CBC).
Those identified above who wish to contract under this contract/framework must first sign an LGSS Access agreement (provided by LGSSProcurement team) which will include a rebate or cost model to be agreed between the provider and LGSS and the Authorities.
Appropriate evidence of the value of business conducted against the contract may be requested by the Authority and must be supplied promptly by the Provider.
—
Authority contract title and number
—
Period covered by the rebate payment
—
Value of business on which the rebate is calculated.
II.1.6)Common procurement vocabulary (CPV)
77314000, 77340000, 77312000, 77313000, 77315000, 77211400, 77211500
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:
It is expected that the framework will last for a period of 3 years, with the option of 1 further year’s extension, and will take the form of a framework agreement, under which individual requirements within each lot will be specified and priced according to a schedule of rates agreed as a result of this tender process. It is difficult to predict the exact value of this contract as the Authorities’ property portfolios are likely to vary over the contract term, but it is estimated that the total value will not be less 780 000 GBP or greater than 1 200 000 GBP.This is calculated by taking the anticipated (but not guaranteed) annual spend of Cambridgeshire (75 000 GBP pa) and Northamptonshire (120 000 GBP pa), and allowing further spend within each lot from other bodies who may choose to access this framework. There is, however, no guarantee of any further body accessing this framework or of the totals provided above.
Potential Providers should note that due to the austerity measures within Local Government and the Public Sector, the number of locations and Buildings serviced within all Property contracts is likely to fall rather than rise. All Authorities accessing this framework shall reserve the right to remove as well as add buildings to their individual contracts, as well as remove areas of buildings from the scope of the requirement.
This Contract is open to all of LGSS including:
i) partners and other organisations delegating services and or functions to LGSS (currently Cambridgeshire County Council, Northamptonshire County Council, Norwich City Council and Northampton Borough Council) who participate in LGSS‘ shared services venture;
ii) existing and new customers of LGSS;
iii) any city, district, borough or other local Authorities within the counties of any LGSS partner Authorities (currently Cambridgeshire County and Northamptonshire County);
iv) any companies or organisations set up by participants in LGSS;
v) any school, academy, university or other educational establishment within the counties of any LGSS partner Authorities (currently Cambridgeshire County and Northamptonshire County);
vi) members of the local Authorities purchasing group, Central Buying Consortium (CBC)
Those identified above who wish to contract under this contract/framework must first sign an LGSS Access agreement (provided by LGSSProcurement team) which will include a rebate or cost model to be agreed between the provider and LGSS and the Authorities.
Appropriate evidence of the value of business conducted against the contract may be requested by the Authority and must be supplied promptly by the Provider.
—
Authority contract title and number
—
Period covered by the rebate payment
—
Value of business on which the rebate is calculated.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: LGSS Grounds Maintenance Framework — Cambridgeshire
1)Short description
2)Common procurement vocabulary (CPV)
77314000, 77211400, 77211500, 77312000, 77313000, 77315000, 77340000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 2 Lot title: LGSS Grounds Maintenance Framework — Northamptonshire
1)Short description
2)Common procurement vocabulary (CPV)
77314000, 77211400, 77211500, 77312000, 77313000, 77315000, 77340000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
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
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per PQQ document.
III.2.3)Technical capacity
As per PQQ document.
Minimum level(s) of standards possibly required:
As per PQQ document.
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: As per the PQQ documents. It envisaged that between 5 and 8 of the top bidders will progress to the ITT stage.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: