Tender

Grounds Maintenance & waste removal service

  • Newbury Town Council

F01: Prior information notice (call for competition)

Notice identifier: 2022/S 000-004105

Procurement identifier (OCID): ocds-h6vhtk-0316a4

Published 14 February 2022, 10:14am



Section one: Contracting authority

one.1) Name and addresses

Newbury Town Council

The Old Town Hall, Market Place

NEWBURY

RG145AA

Contact

David Ingram

Email

david.ingram@newbury.gov.uk

Telephone

+44 163435486

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

www.newbury.gov.uk

one.3) Communication

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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 & waste removal service

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

Grounds Maintenance & Landscape services to the Council's

3 Parks, 6 Allotments, 2 Cemeteries, 15 Play areas and various other land holding in the Parish of Newbury to include grass cutting, hedging, floral management, waste collection and ancillary works associated with the managed of open spaces, play grounds and ancillary land areas owned or managed by the Town Council.

It is intended this be a 3 year Agreement with an option to extend by a further 2 years by agreement

two.1.5) Estimated total value

Value excluding VAT: £1,250,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 5

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The Tender will be for individual lots which should be proceed as such. The Council will consider additional bids for Value for Money saving by awarding more than one lot to a single Bidder with a price reduction in doing so.

Evaluation of Value for money saving by economy of scale will be set out in the Tender documents

two.2) Description

two.2.1) Title

Grass Cutting

Lot No

1

two.2.2) Additional CPV code(s)

  • 77314100 - Grassing services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

Grass cutting to Parks, Recreation areas, other Green open spaces requiring machinery. Wild Flower meadow cut & drag, Allotment path mowing, hedging, 2 sports fields grass management , leaf blowing & collection

two.2.4) Description of the procurement

To regularly cut remove and manage grass areas within the Civic Parish as set out in the Tender documents

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: £555,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 January 2023

End date

30 March 2026

This contract is subject to renewal

Yes

Description of renewals

Additional 2 years subject to performance & negotiation

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Council is open to consider alternative options to those set in the Tender document where these present added value of additional value savings.

two.2) Description

two.2.1) Title

Waste collection & removal with other asset services

Lot No

2

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

To all of the Council sites across the Parish, circa 160 bins in total with daily, 3x weekly and weekly collections.

two.2.4) Description of the procurement

Regular collection of waste from Councils bins, general waste, segregated waste and dog waste to Tender document cycle including 7 days a week, 364 days a year.

Waste removal, general waste management in Parks Recreation grounds & open spaces, removal, disposal & recording of volume with regular reporting on recycling volumes to meet Councils Climate Change Agenda.

Management of the Council Benches, Salt bins , signs and other "loose" assets including regular maintenance, cleaning graffiti, clean Tennis Court's, the Splash park, Allotment & other Notice Board's,

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: £165,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 January 2023

End date

30 March 2026

This contract is subject to renewal

Yes

Description of renewals

Additional 2 years subject to performance and price negotiation.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

two.2) Description

two.2.1) Title

Gardening Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 71421000 - Landscape gardening services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

The Council has several priority landscape areas including Victoria Park, Greenham House Gardens, St Johns Corner and others which are high profile with flower beds and associated horticultural features Gardening service to include planting, weeding, edging, winter bench oiling on all beds boarders & shrub beds. Managing Green Flag & other award events alongside the Council's Team.

two.2.4) Description of the procurement

To manage the Landscape areas set out in the Tender document to keep these in top condition, winter / summer bedding, rose beds, Wildflower areas, weeding, edging and all other routines as set out in the Tender documents.

The Council has 2 main event, Newbury & Regional entry in Britain in Bloom to which these areas make a significant contribution

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: £145,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 January 2023

End date

30 March 2026

This contract is subject to renewal

Yes

Description of renewals

Subject to performance and negociation

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

two.2) Description

two.2.1) Title

Playground inspections

Lot No

4

two.2.2) Additional CPV code(s)

  • 43325000 - Park and playground equipment

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

The Council has 15 Play areas spread around the Parish & a Skate Park areas within Victoria Park

two.2.4) Description of the procurement

To visually inspect all the Council play equipment on a weekly rotation basis, to note any defect against the RoSPA approved safety standard, submit that defect report to the Contract Supervisor within 4 hours of discovery with photographic evidence of the issue, to make temporarily safe where the defect is high risk.

To sweep the play areas clean, remove & bin rubbish, glass & other materials, Report outcomes as a result of ASB / substance misuse for recoding purposes.

Sandpit & play bark management

Carry out / assist in minor maintenance where directed (labour).

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: £65,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 January 2023

End date

30 March 2026

This contract is subject to renewal

Yes

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

two.2.14) Additional information

The person inspecting must have the basic RoSPA approved qualification of the inspection of Play equipment & skate parks.

The Council carries out the Annual Independent Safety inspection upon which these weekly inspections are based. The Tenderer will have access to these Annual Reports for reference.

two.2) Description

two.2.1) Title

Shaw Road Cemetery & other assets, cleaning & other works

Lot No

5

two.2.2) Additional CPV code(s)

  • 77313000 - Parks maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

Managing Cemetery services for the Council on site, attending to Funerals arrangements, digging cremated remans and other assistive services on both Cemeteries.

Provide front of house service for the Council at Shaw Cemetery - Site office & storage made available by Council for Staff use.

two.2.4) Description of the procurement

Grass cutting to Shaw Cemetery sites access pathways, opening / closing gates at Newtown Rd Cemetery ( 7 days a week) managing / cleaning 2 Chapels and other ancillary management works as set out in the Tender.

Managing internal hedges & creeper growth within the Cemeteries

Managing the Cemetery on full time 5 days a week basis for the Council, assisting Funeral Directors, keeping site safe maintained, pristine condition, digging for Cremated Remains and other assistive services on site.

Managing CWG & other Public memorials in both Cemeteries, keeping these graves clean tidy & accessible at all times

Daily communication with Council Team.

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: £203,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 January 2023

End date

30 March 2026

This contract is subject to renewal

Yes

Description of renewals

Subject to performance & negociation

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

two.2.14) Additional information

This will require a min on one full time Member of staff dedicated to the Cemetery works.

There is a possibility that the existing Contract may trigger a TUPE situation.

There is a small Cemetery Office which will be provided on an Agreement with a nominal rent of £1 per annum for the Staff to use for providing this Service. All outgoing will be the Tenders responsibility.

two.2) Description

two.2.1) Title

Floral displays

Lot No

6

two.2.2) Additional CPV code(s)

  • 03120000 - Horticultural and nursery products

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

All Bedding areas & around Civic Parish

two.2.4) Description of the procurement

Making, delivering, fixing & watering of hanging baskets - 188 summer / 87 winter plus 10 troughs

Providing summer & winter bedding plants to NTC on all Beds, Victoria Park, St Johns Corner, Andover Road, Greenham House Gardens and others to agreed colour scheme to all beds. Progressive 20% change annually from bedding to perennials (planting by others Lot 3)

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: £73,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 January 2023

End date

31 March 2026

This contract is subject to renewal

Yes

Description of renewals

Subject to satisfactory performance & price negotiation a 2 year extension may be considered

two.2.10) Information about variants

Variants will be accepted: Yes

two.2) Description

two.2.1) Title

Sports Pitches

Lot No

7

two.2.2) Additional CPV code(s)

  • 03000000 - Agricultural, farming, fishing, forestry and related products

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

City & Wash Common Recreation Grounds

two.2.4) Description of the procurement

Setting up & marking out of sports pitches (football)

Cleaning & maintain Changing Rooms during Season, notify defects

Meter readings - Monthly water & 3 monthly Electric reading non-Town Hall meters

Cleaning, checking & notifying defects on post nets & sockets & other spots equipment

Open & closing Changing Rooms on match days

Legionella management of water

Marking out Summer Rounders pitch (City Rec) supply.

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: £26,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 January 2023

End date

28 March 2026

This contract is subject to renewal

Yes

Description of renewals

Subject to performance & price negotiation

two.2.10) Information about variants

Variants will be accepted: Yes


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 Tenderers will be required to submit evidence of an appropriate Trade affiliation, BALI or similar, will be required to hold the appropriate Licences and Qualificators to carry out the works designated.

Public liability and other indemnity Insurances for Public Sector employment will be required

Contractors must be able to show competence and good workmanship / outcomes on similar contacts locally details of which should be submitted with appropriate references.

All reference submitted must be current and the Council reserves the right to visit existing Contracts and speak with the Supervising Officer about performance management and other matters

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

All Conditions are set out in the Contract Documents, evidence of capability, capacity and past performance are essential.

The Council is looking for added value above managing & preforming the required outputs for this Contract.

Particular emphasis on the Council Climate Change & Environments policies will taken into account. The Bidder must demonstrate how these will be integrated into the delivery f this Contract.

The Council will expect the Bidder to come forward with a robust method on recording managing & accounting for the works being scheduled carried out and approved be this electronic (preferred) or manual to give the Council confidence that works are completed as desired.

Regular Audit will be required & carried out with the Council staff.

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 procedure with negotiation

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 expressions of interest

Date

14 March 2022

Local time

4:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.5) Scheduled date for start of award procedures

25 April 2022


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Newbury Town Council

Old Town Hall

Newbury

RG14 5AA

Email

hugh.peackocke@newbury.gov.uk

Telephone

+44 163535486

Country

United Kingdom