Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Grounds Maintenance Services.

  • First published: 31 July 2015
  • Last modified: 31 July 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Acclaim Housing Group
Authority ID:
AA41766
Publication date:
31 July 2015
Deadline date:
28 August 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Contract is for the provision of Grounds Maintenance Services. The Contract will be for an initial term of five (5) years with an option for the contracting authority at its sole discretion to extend the contract for a further five (5) years giving a total possible contract duration of ten (10) years.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Acclaim Housing Group

Scholes Mill, Old Coach Road, Tansley, Derbyshire

Matlock

DE4 5FY

UK

Sarah Baxter

+44 1707339800

acclaim@echelonconsultancy.co.uk

+44 1707339801

http://www.acclaim-group.co.uk/


Checked box
Unchecked box
Unchecked box
Checked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Yes

Dales Housing

Seven Locks Housing

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Grounds Maintenance Services.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

27

II.1.2)

Main site or location of works, place of delivery or performance

Dales Housing has properties in the following areas: Matlock, Chesterfield, Bakewell, Hathersage, Eyam Hope Valley and Ashbourne.Seven Locks has properties in various locations throughout Leicestershire.



UKH

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Contract is for the provision of Grounds Maintenance Services. The Contract will be for an initial term of five (5) years with an option for the contracting authority at its sole discretion to extend the contract for a further five (5) years giving a total possible contract duration of ten (10) years.

II.1.6)

Common Procurement Vocabulary (CPV)

77300000
77310000
77340000
77312000
77312100
77314000
77314100
77341000
77342000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The provision of Grounds Maintenance Contracts for Dales Housing and Seven Locks Housing

Lot 1 Dales Housing — The annual value of the contract is 225 000 GBP excluding VAT.

Lot 2 Seven Locks Housing — The annual value of the contract is 75 000 GBP excluding VAT.

The estimated total annual value of the contract (excluding VAT) shall be 300 000 GBP. The total estimated value of the contract over the potential term (i.e. 10 years) is 3 000 000 GBP.

3 000 000
GBP

II.2.2)

Options

The Contract will be for an initial term of five (5) years with an option for the contracting authority at its sole discretion to extend the contract for a further five (5) years giving a total possible contract duration of ten (10) years.

Provisional timetable for recourse to these options

60

Number of possible renewals

1

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

60

II.3)

Duration of the contract or limit for completion

120

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The right to require the provision of appropriate guarantees, bonds, warranties and insurances is reserved and the detail of any such requirement will be set out in the contract documents.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Details of any financial conditions and payment arrangements required by the contracting authority will be set out in the Contract Documents.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Any consortium arrangements required by the contracting authority will be set out in the Contract Documents.

III.1.4)

Other particular conditions to which the performance of the contract is subject

Under the contract, the service provider and any supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly, the contract performance conditions may relate in particular to social and/or environmental regeneration conditions.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Applicants will be required to complete a PQQ and all requirements and standards required are set out in the PQQ. This can be obtained from http://www.echelonconsultancy.co.uk/eDocs

III.2.2)

Economic and financial capacity


As detailed in the Pre-qualification Questionnaire consistent with Directive 107 (1) in the 2015 Public Contracts Regulations. The questionnaire is available from http:// www.echelonconsultancy.co.uk/eDocs and must be returned to the address and date as stated in the PQQ.



As detailed in the Pre-qualification Questionnaire consistent with Directive 107 (1) in the 2015 Public Contracts Regulations.The questionnaire is available from http:// www.echelonconsultancy.co.uk/eDocs and must be returned to the address and date as stated in the PQQ.


III.2.3)

Technical capacity


As detailed in the Pre-qualification Questionnaire. The questionnaire is available from http:// www.echelonconsultancy.co.uk/eDocs and must be returned to the address and date as stated in the PQQ.



As detailed in the Pre-qualification Questionnaire. The questionnaire is available from http:// www.echelonconsultancy.co.uk/eDocs and must be returned to the address and date as stated in the PQQ.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

514

Objective criteria for choosing the limited number of candidates

A minimum of 5 operators will be invited for each lot, though the Contracting Authority reserves the right to increase the number of operators to be invited to tender by 1 or 2 if their scores are closely placed around the cut-off point. This will be set out in the PQQ and Contract Documents.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

ECH668

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 28-08-2015  12:59

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 28-08-2015  13:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 14-09-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Further details are provided in the PQQ. The contracting authority reserves the right to cancel the procurement and not to proceed with the contract. The contracting authority also reserves the right not to award a contract or to award a contract for parts or part of the services only.

The contracting authority will not, under any circumstances, reimburse any expense incurred by bidders in preparing their PQQ or tender submissions.

The contracting authority notes that the award of the contract may involve a transfer of employment undertakings pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006, and will clarify the position with the applicants during the tender process.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


See VI.4.2 below




UK




Body responsible for mediation procedures


See VI.4.2 below




UK




VI.4.2)

Lodging of appeals

The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be ‘ineffective’.

VI.4.3)

Service from which information about the lodging of appeals may be obtained


Cabinet Office

70 Whitehall

London

SW1A 2AS

UK




VI.5)

Dispatch date of this Notice

 27-07-2015

ANNEX A

Additional Addresses and Contact Points

II)

Address and contact points from which specifications and additional documentation may be obtained



echelon Consulatancy Ltd on behalf of the Acclaim Group

219a Hatfield Road

St Albans

AL14TB

UK




www.echelonconsultancy.co.uk/eDocs

ANNEX B

Information About Lots

1     1

1)

Short Description

Lot 1 grounds maintenance services Dales Housing.

2)

Common Procurement Vocabulary (CPV)

77300000
77310000
77340000
77312000
77312100
77314000
77314100
77341000
77342000

3)

Quantity or scope

The provision of grounds maintenance services at Dales Housing stock with an estimated annual value of 225 000 GBP excluding VAT.


 2 250 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots

The service has been divided into two lots to encourage SME providers to apply for the contract subject to meeting the minimum criteria as set out in the PQQ. The geographical profile of the housing stock and the management of this stock prohibit the contracting authority from creating any more lots than the 2 included in this notice.

ANNEX B

Information About Lots

2     2

1)

Short Description

Lot 2 grounds maintenance services for Seven Locks Housing.

2)

Common Procurement Vocabulary (CPV)

77300000
77310000
77340000
77312000
77312100
77314000
77314100
77341000
77342000

3)

Quantity or scope

The provision of grounds maintenance services for Seven Locks with an estimated annual value of 75 000 GBP


 750 000  GBP.

4)

Indication about different contract dates

5)

Additional Information about lots

The service has been divided into two lots to encourage SME providers to apply for the contract subject to meeting the minimum criteria as set out in the PQQ. The geographical profile housing stock and the management of this stock prohibit the contracting authority from creating any more lots than the 2 included in this notice.


Coding

Commodity categories

ID Title Parent category
77314100 Grassing services Grounds maintenance services
77314000 Grounds maintenance services Planting and maintenance services of green areas
77342000 Hedge trimming Tree pruning and hedge trimming
77300000 Horticultural services Agricultural, forestry, horticultural, aquacultural and apicultural services
77310000 Planting and maintenance services of green areas Horticultural services
77341000 Tree pruning Tree pruning and hedge trimming
77340000 Tree pruning and hedge trimming Horticultural services
77312000 Weed-clearance services Planting and maintenance services of green areas
77312100 Weed-killing services Weed-clearance services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
acclaim@echelonconsultancy.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.