Tender

Grounds Maintenance Services Contract (ERP - 2122 -201)

  • London Borough of Brent

F02: Contract notice

Notice identifier: 2022/S 000-002731

Procurement identifier (OCID): ocds-h6vhtk-031145

Published 31 January 2022, 6:05pm



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

Email

Mohammed.Negm@brent.gov.uk

Telephone

+44 2089373583

Country

United Kingdom

NUTS code

UKI72 - Brent

Internet address(es)

Main address

http://www.brent.gov.uk/

Buyer's address

http://www.brent.gov.uk/

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”.