Provide Grounds Maintenance Services to Yorkshire Housing
The operation of the framework will be to directly appoint the top ranked supplier to do all works and then move to rank 2 etc. if operational needs dictate. The framework list will also be used to obtain competitive quotations from.
United Kingdom-Leeds: Grounds maintenance services
2015/S 231-420185
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Yorkshire Housing
Dysons Chambers, 12-14 Briggate
Contact point(s): Procurement
For the attention of: L. Baker
LS1 6ER Leeds
UNITED KINGDOM
Telephone: +44 2476437053
E-mail: procurementadmin@orbit.org.uk
Internet address(es):
General address of the contracting authority: www.yorkshirehousing.co.uk
Address of the buyer profile: www.housingprocurement.com
Electronic access to information: www.housingprocurement.com
Electronic submission of tenders and requests to participate: www.housingprocurement.com
Further information can be obtained from: Procontract Procurement Portal, Electronic Portal, e-tendering system
Contact point(s): www.housingprocurement.com
CV3
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Procontract Procurement Portal, Electronic Portal, e-tendering system
Contact point(s): www.housingprocurement.com
CV3
UNITED KINGDOM
Tenders or requests to participate must be sent to: Procontract Procurement Portal, Electronic Portal, e-tendering system
Contact point(s): housingprocurement.com
CV3
UNITED KINGDOM
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 27: Other 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: 4
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 000 000 and 1 500 000 GBP
Frequency and value of the contracts to be awarded: The framework mechanism is contained within the ITT which outlines the intended contracts to be awarded. Each Lot will be let as a framework agreement with four suppliers on it. The umbrella agreement will be the JCT Framework Agreement and the underlying contract will be The JCT Measured Term Form of Contract. The operation of the framework will be to directly appoint the top ranked supplier to do all works and then move to rank 2 etc. if operational needs dictate. The framework list will also be used to obtain competitive quotations from. The extension options will be up to 3 years to give a maximum contract term of 4 years. The extension options will be exercised in annually dependant on performance.
II.1.5)Short description of the contract or purchase(s)
Yorkshire Housing requires a high quality grounds maintenance service to communal areas on stock either owned or managed by Yorkshire Housing as per the following:
Lot 1:
Grounds Maintenance: Local authority areas of: City of York Council, Harrogate Borough Council, Leeds City Council, Ryedale District Council, Scarborough Borough Council, Selby District Council and Wakefield Council.
Lot 2:
Grounds Maintenance: Local authority areas of: Barnsley Metropolitan Borough Council, Doncaster Metropolitan Borough Council, Rotherham Metropolitan Borough Council and Sheffield City Council.
Each Lot will be let as a framework agreement with 4 suppliers on it.
II.1.6)Common procurement vocabulary (CPV)
77314000, 77310000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Yorkshire Housing requires a high quality grounds maintenance service to communal areas on stock either owned or managed by Yorkshire Housing as per the following:
Lot 1:
Grounds Maintenance: Local authority areas of: City of York Council, Harrogate Borough Council, Leeds City Council, Ryedale District Council, Scarborough Borough Council, Selby District Council and Wakefield Council.
Lot 2:
Grounds Maintenance: Local authority areas of: Barnsley Metropolitan Borough Council, Doncaster Metropolitan Borough Council, Rotherham Metropolitan Borough Council and Sheffield City Council
Each Lot will be let as a framework agreement with 4 suppliers on it.
The umbrella agreement will be the JCT Framework Agreement and the underlying contract will be The JCT Measured Term Form of Contract.
The operation of the framework will be to directly appoint the top ranked supplier to do all works and then move to rank 2 etc. if operational needs dictate. The framework list will also be used to obtain competitive quotations from.
The extension options will be up to 3 years to give a maximum contract term of 4 years. The extension options will be exercised in annually dependant on performance
The estimated annual spend across both Lots is 340 000 GBP per annum. The costs across the maximum contract period of 4 years has therefore been calculated as 1 360 000.
II.2.2)Information about options
II.2.3)Information about renewals
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: The tender will be let as a framework agreement per Lot with 4 suppliers on each. The umbrella agreement will be the JCT Framework Agreement and the underlying contract will be The JCT Measured Term Form of Contract. The operation of the framework will be to directly appoint the top ranked supplier to do all works and then move to rank two etc. if operational needs dictate. The framework list will also be used to obtain competitive quotations from.
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: The Pre-Qualification Questionnaire is available atwww.housingprocurement.com This will contain full details of the selection criteria and evaluation methodology.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The Pre-Qualification Questionnaire is available atwww.housingprocurement.com This will contain full details of the selection criteria and evaluation methodology.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The Pre-Qualification Questionnaire is available at www.housingprocurement.com. This will contain full details of the selection criteria and evaluation methodology.
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
Envisaged minimum number 5: and maximum number 10
Objective criteria for choosing the limited number of candidates: The Pre-Qualification Questionnaire available on www.housingprocurement.com will contain full details of the selection criteria and evaluation methodology. Numbers given are estimates only. It is intended that the number shortlisted for each Lot will be between 5 and 10 suppliers or any number beyond this where scores dictate a natural break.
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.3)Additional information
Yorkshire Housing reserves the right not to award any agreement or to award any individual services pursuant to an agreement. Applicants should therefore note provision of a submission to Yorkshire Housing does not guarantee any level/amount of work. Yorkshire Housing will not, in any circumstances, reimburse any expense incurred by the applicants in preparing their pre-qualification questionnaire or tender submission. PQQs will be issued and must be returned via the electronic tendering system (ProContract) at www.housingprocurement.com Suppliers will need to register on the website (at no charge) in order to access information. Guidance on the operation of the system is available on the website without being registered. Any and all additional information will be issued through the website.
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with the Public Contracts Regulations 2015 available at www.legislation.gov.uk
VI.5)Date of dispatch of this notice: