Tender

RBK Greenspace Services

  • The Royal Borough of Kingston upon Thames

F02: Contract notice

Notice identifier: 2021/S 000-000881

Procurement identifier (OCID): ocds-h6vhtk-028ac7

Published 15 January 2021, 2:25pm



Section one: Contracting authority

one.1) Name and addresses

The Royal Borough of Kingston upon Thames

Guildhall 2

Kingston upon Thames

KT1 1EU

Email

commissioning@kingston.gov.uk

Telephone

+44 2085475000

Country

United Kingdom

NUTS code

UKI63 - Merton, Kingston upon Thames and Sutton

Internet address(es)

Main address

http://www.kingston.gov.uk

Buyer's address

http://www.kingston.gov.uk

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

www.procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.procontract.due-north.com

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

Email

commissioning@kingston.gov.uk

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.