Section one: Contracting authority
one.1) Name and addresses
London Borough of Brent
Brent Civic Centre, Engineers Way
Wembley
HA9 0FJ
Contact
Mr Mohammed Negm
Telephone
+44 2089373583
Country
United Kingdom
NUTS code
UKI72 - Brent
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=aaa03c54-c501-ec11-810d-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=aaa03c54-c501-ec11-810d-005056b64545
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
Grounds Maintenance Services Contract (ERP - 2122 -201)
Reference number
DN565170
two.1.2) Main CPV code
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Brent (the Authority) invites Expressions of Interest from suitably qualified and experienced organisations for the provision of its Grounds Maintenance Services Contract (the Contract) in the form of a completed Supplier Questionnaire.
In addition to the core services, which form the minimum level of service expected set out in the Specification, there are a small number of functions which are included as provisional services in the scope of the Contract, which are set out in the Contract documents.
Information and clarification is also included in the ISIT on those areas of the Specification which will be subject to any negotiation as part of the CPN process
The contract is for an initial 8 year period (1 April 2023 to 30 March 2031) with an option to extend for such period or periods up to a further 8 years by mutual agreement and subject to performance”
.
two.1.5) Estimated total value
Value excluding VAT: £43,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44510000 - Tools
- 71400000 - Urban planning and landscape architectural services
- 77300000 - Horticultural services
- 77310000 - Planting and maintenance services of green areas
- 77314000 - Grounds maintenance services
- 77314100 - Grassing services
- 90511300 - Litter collection services
- 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
- UKI72 - Brent
two.2.4) Description of the procurement
A comprehensive grounds maintenance service to deliver agreed standards in all the Borough’s parks, open spaces and green space on Brent Housing Management estates, while maximising opportunities for biodiversity and climate resilient planting;
This comprehensive Service will include various types of grass management, including meadow management in Parks and some Highways Verges and Roundabouts, shrub bed management, water course and pond maintenance, weed removal, hedge cutting and bulb planting;
The Services are to be provided on a Neighbourhood basis; allowing for all areas of work across all streams, to be provided with the benefit of local knowledge and experience;
The provision of a Grounds Maintenance Service for all grass verges and shrub beds on public highways and roundabouts;
Maintenance of communal pathways and perimeter hedges in all allotment sites;
Basic maintenance of trees within parks, open spaces, allotments and BHM land; including epicormic growth removal, overhanging branch removal and fallen branch clearing, but not including crown reduction, pruning or large-scale removal of trees;
Sports pitch management and maintenance service that meets the needs of users and the applicable standards set by the relevant sport governing bodies;
Management of hard surfaces across all agreed areas, to include removal of weeds, algae and moss;
Litter picking, including the removal of dog waste and needles, on all green spaces specified and bin emptying services in parks and open spaces and Churchyards;
Identification of fly-tipped waste in parks and open spaces to allow for clearance by the Street Cleansing Contractor;
Emergency tree works in parks as result of storm damage, such as making safe any areas surrounding a storm damaged tree or removing a dangerously overhanging branch;
Mowing of grass, litter picking, hedge trimming, basic tree maintenance works and strimming around gravestones and memorials in three Churchyards;
Recycling of all green waste to provide compost and soil improver that can be used at any locations within this Contract;
Transportation of all green waste from parks and open spaces, Brent Housing Management green spaces and highways verges, as well as all litter to Authority Delivery Sites or other agreed disposal sites - if recycling of garden waste at the main depot or other location is not available.
Transportation of all litter, recyclables and general waste from parks and open spaces, Brent Housing Management green spaces and highways verges, to Authority Delivery Sites;
Provision and management of a Management Information System (MIS) including monitoring and reporting of Service performance information at intervals specified in the Contract;
Timely and accurate monitoring and reporting of Performance Standard Failures and Performance Deductions in accordance with the Performance Management Framework;
Other services including:
a. Supporting the Authority with Customer care and satisfaction;
b. Prompt provision of information to allow the Authority to address Service requests and complaints; and
c. Utilisation and management of the Depots.
Provision of all other Services in the Specification, including any provision of plant (equipment and specialist vehicles) and Variation agreed during the Services Period, in accordance with the Contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £43,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
192
This contract is subject to renewal
Yes
Description of renewals
Option to extend for such period or periods up to a further 8 years by mutual agreement and subject to performance.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
Objective criteria for choosing the limited number of candidates:
As set out in the documents accompanying the Selection Questionnaire. In the event of a tie for fourth place, or very closely scored SQ submissions (meaning two or more SQ submissions where the difference between overall scores is 1% or less), the Council reserves the right to shortlist additional Bidders.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract will include variation provisions allowing, amongst other things, the addition of services (within the scope of this contract notice and the procurement documents), removal of services and changes in the frequency and method of delivery of the services throughout the contract term.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The estimated value of the contract is circa. £43m in nominal terms including indexation over 16 years (i.e. the length of the main term plus the maximum length of any extensions).
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 suitability criteria and scoring are set out in the selection criteria explanatory and guidance documents which can be obtained from the website address in section I.3.
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.2.2) Contract performance conditions
Details of the conditions are set out in the procurement documents. These may include considerations relating to social, environmental and/or employment related considerations.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 March 2022
Local time
2:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 March 2022
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.3) Additional information
The Contracting Authority is subject to the Freedom of Information Act 2000 and the Environmental Information Regulations 2004. All information received will be dealt with in accordance with that Act and information to which the Environmental Information Regulations apply will be dealt with in accordance with those regulations.
The Contracting Authority reserves the right not to proceed or not to award a contract for the whole or any part of the proposed procurement. The Contracting Authority will not be liable for any costs incurred by those expressing an interest, participating in negotiation or tendering for this contract.
six.4) Procedures for review
six.4.1) Review body
The High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum 10 day calendar day standstill period at the point information on the award of the contact is communicated to tenderers. The Public Contracts Regulations 2015 (SI 2015 nº 102) (as amended) 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”.