Section one: Contracting authority
one.1) Name and addresses
The Royal Borough of Kingston upon Thames
Guildhall 2
Kingston upon Thames
KT1 1EU
Telephone
+44 2085475000
Country
United Kingdom
NUTS code
UKI63 - Merton, Kingston upon Thames and Sutton
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
RBK Greenspace Services
Reference number
DN517975
two.1.2) Main CPV code
- 77313000 - Parks maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Royal Borough of Kingston upon Thames is seeking to commission a greenspaces maintenance service from a single provider for defined sites within the boundary of the borough including parks and recreation grounds, greenspaces, playgrounds, highways verges and gardens, housing estates, allotments, Public rights of way and corporate properties. The supplier will also be required to provide public toilet opening, closing, inspection and cleaning services for defined locations; an opening, closing, inspection and cleaning service for sports changing rooms and pavilions; a management and maintenance service for outdoor sports pitches and facilities including a marketing, letting, booking and income collection service; a management and maintenance service for allotment sites including inspections, invoicing and issuing of tenancy agreements. The provider will also support friends groups, volunteers and event organisers and is required to be self monitoring and auditing.
The contract for these services will be commissioned using the competitive dialogue procedure under the Public Contract Regulations 2015.
The duration of the contract will be seven years plus one seven year extension period at the absolute sole discretion of the Authority, creating a contract for a maximum length of 14 years.
two.1.5) Estimated total value
Value excluding VAT: £18,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
The provision of a greenspaces maintenance service from a single provider for defined sites within the boundary of the borough including parks and recreation grounds, greenspaces, playgrounds, highways verges and gardens, housing estates, allotments, Public rights of way and corporate properties. The supplier will also be required to provide public toilet opening, closing, inspection and cleaning services for defined locations; an opening, closing, inspection and cleaning service for sports changing rooms and pavilions; a management and maintenance service for outdoor sports pitches and facilities including a marketing, letting, booking and income collection service; a management and maintenance service for allotment sites including inspections, invoicing and issuing of tenancy agreements. The provider will also support friends groups, volunteers and event organisers and is required to be self monitoring and auditing.
The contract for these services will be commissioned using the competitive dialogue procedure under the Public Contract Regulations 2015. Following the SSQ stage, it is anticipated that a minimum of three (3) applicants up to a maximum of five (5) applicants who qualify will be shortlisted for invitation to submit solutions and participate in dialogue.
The duration of the contract will be seven years plus one seven year extension period at the absolute sole discretion of the Authority, creating a contract for a maximum length of 14 years.
two.2.5) Award criteria
Quality criterion - Name: Mobilisation / Weighting: 12
Quality criterion - Name: Management Methodology / Weighting: 9
Quality criterion - Name: Play Area and Equipment / Weighting: 6
Quality criterion - Name: Health & Safety Management / Weighting: 9
Quality criterion - Name: Management and Quality Control / Weighting: 6
Quality criterion - Name: Social Value / Weighting: 9
Quality criterion - Name: Information, Systems and Technology / Weighting: 9
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £18,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
One 84 month extension period at the absolute sole discretion of the Authority, creating a contract for a maximum length of 168 months (14 years)
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
The number of candidates invited to participate in dialogue and to tender after SSQ stage will be limited to five (5) in accordance with the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The requirements including selection criteria are stated in SSQ, Technical Questions and in the procurement documents.
The authority reserves its right to request an indemnity, bank bond or guarantee if the supplier does not meet the required standard for economic and financial standing.
If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the authority. The authority shall require the group to form a legal entity before entering into the contract.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 February 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The Royal Borough of Kingston upon Thames
Guildhall 2
Kingston upon Thames
KT1 1EU
Telephone
+44 2085475000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with the Public Contract Regulations 2015 the Council will incorporate a minimum 10 calendar day standstill period at the point information on which the contract award decision is communicated to tenderers.