Section one: Contracting authority
one.1) Name and addresses
Truro & Penwith Academy Trust
Academy House
Truro
TR4 9LD
Contact
Chris Pickles
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.tpacademytrust.org/web/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43212
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
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Truro & Penwith Academy Trust Grounds Maintenance Services
two.1.2) Main CPV code
- 77314000 - Grounds maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Trust requires a contractor to undertake a Grounds Maintenance service in accordance with horticultural best practice, this service specification and associated tender documents.
The Contractor will be responsible for the provision of skilled horticultural craftsmen to undertake the services of grass cutting, hedge maintenance, leaf and litter control, pruning, weed control, tree survey, sport pitch maintenance and associated works.
two.1.5) Estimated total value
Value excluding VAT: £700,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1a South
Lot No
1
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
Main site or place of performance
Academy House, Truro Business Park, Truro,
TR4 9LD
two.2.4) Description of the procurement
The Contractor will be responsible for the provision of skilled horticultural craftsmen to undertake the services of grass cutting, hedge maintenance, leaf and litter control, pruning, weed control, tree survey, sport pitch maintenance and associated works.
Over the period of the contract (3 years with the option of 2 further one year extensions), it is expected that there may be changes to the overall sites as buildings / sites are taken out of use (either temporarily or permanently) or new buildings / sites are brought into use, or for other reasons.
Tasks specified to be carried out on a regular basis, must be suitably spaced out over the period and must meet with the approval of the Site Manager at each location. The scheduling of these tasks must be available for inspection and the Contractor shall make any reasonable adjustments as deemed necessary by the Site Manager.
The Contractor is to avoid soil, grass cuttings or moss from grassed or soil areas being carried onto buildings, paths and roads. Where this has occurred, the area should be cleaned and materials removed immediately.
All pruning, hedge cuttings and arisings shall be removed from the premises by the Contractor and disposed of in a proper manner at the Contractor's expense. No burning on any premises of any material is permitted.
The Contractor will be responsible for reinstating any areas damaged by herbicide drift, including damage to any plants or turf. Such damage will be reinstated within five days of the Contractor receiving the Site Manager’s instruction and any labour or materials required will be provided by the Contractor at his own expense.
The Contractor’s representative is to report to Site Manager on arrival on every visit prior to commencing any works. A report is required to be completed for every day of attendance detailing the tasks undertaken and handed to Site Manager for signature. Failure to provide this report will count as non-attendance.
The Contractor will monitor and review the performance of the services on an ongoing basis and is required to meet formally once every term with the Site Manager and to discuss delivery of services and to plan the following terms schedule of work.
Lot 1a South consists of the following sites:
Landewednack CP School
Mullion Community Primary School *
Mullion School
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 40
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
two further 12 month extensions (3=1+1)
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
two.2) Description
two.2.1) Title
Lot 1b South
Lot No
2
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
Main site or place of performance
Academy House, Truro Business Park, Truro,
TR4 9LD
two.2.4) Description of the procurement
The Trust requires a contractor to undertake a Grounds Maintenance service in accordance with horticultural best practice, this service specification and associated tender documents.
The Contractor will be responsible for the provision of skilled horticultural craftsmen to undertake the services of grass cutting, hedge maintenance, leaf and litter control, pruning, weed control, tree survey, sport pitch maintenance and associated works.
Over the period of the contract it is expected that there may be changes to the overall sites as buildings / sites are taken out of use (either temporarily or permanently) or new buildings / sites are brought into use, or for other reasons.
Tasks specified to be carried out on a regular basis, must be suitably spaced out over the period and must meet with the approval of the Site Manager at each location. The scheduling of these tasks must be available for inspection and the Contractor shall make any reasonable adjustments as deemed necessary by the Site Manager.
The Contractor is to avoid soil, grass cuttings or moss from grassed or soil areas being carried onto buildings, paths and roads. Where this has occurred, the area should be cleaned and materials removed immediately.
All pruning, hedge cuttings and arisings shall be removed from the premises by the Contractor and disposed of in a proper manner at the Contractor's expense. No burning on any premises of any material is permitted.
The Contractor will be responsible for reinstating any areas damaged by herbicide drift, including damage to any plants or turf. Such damage will be reinstated within five days of the Contractor receiving the Site Manager’s instruction and any labour or materials required will be provided by the Contractor at his own expense.
The Contractor’s representative is to report to Site Manager on arrival on every visit prior to commencing any works. A report is required to be completed for every day of attendance detailing the tasks undertaken and handed to Site Manager for signature. Failure to provide this report will count as non-attendance.
The Contractor will monitor and review the performance of the services on an ongoing basis and is required to meet formally once every term with the Site Manager and to discuss delivery of services and to plan the following terms schedule of work.
Lot 1b South consists of the following site:
Helston Community College
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 40
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
two further 12 month extensions (3+1+1)
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
two.2) Description
two.2.1) Title
Lot 2 West
Lot No
3
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
Main site or place of performance
Academy House, Truro Business Park, Truro,
TR4 9LD
two.2.4) Description of the procurement
The Trust requires a contractor to undertake a Grounds Maintenance service in accordance with horticultural best practice, this service specification and associated tender documents.
The Contractor will be responsible for the provision of skilled horticultural craftsmen to undertake the services of grass cutting, hedge maintenance, leaf and litter control, pruning, weed control, tree survey, sport pitch maintenance and associated works.
Over the period of the contract it is expected that there may be changes to the overall sites as buildings / sites are taken out of use (either temporarily or permanently) or new buildings / sites are brought into use, or for other reasons.
Tasks specified to be carried out on a regular basis, must be suitably spaced out over the period and must meet with the approval of the Site Manager at each location. The scheduling of these tasks must be available for inspection and the Contractor shall make any reasonable adjustments as deemed necessary by the Site Manager.
The Contractor is to avoid soil, grass cuttings or moss from grassed or soil areas being carried onto buildings, paths and roads. Where this has occurred, the area should be cleaned and materials removed immediately.
All pruning, hedge cuttings and arisings shall be removed from the premises by the Contractor and disposed of in a proper manner at the Contractor's expense. No burning on any premises of any material is permitted.
The Contractor will be responsible for reinstating any areas damaged by herbicide drift, including damage to any plants or turf. Such damage will be reinstated within five days of the Contractor receiving the Site Manager’s instruction and any labour or materials required will be provided by the Contractor at his own expense.
The Contractor’s representative is to report to Site Manager on arrival on every visit prior to commencing any works. A report is required to be completed for every day of attendance detailing the tasks undertaken and handed to Site Manager for signature. Failure to provide this report will count as non-attendance.
The Contractor will monitor and review the performance of the services on an ongoing basis and is required to meet formally once every term with the Site Manager and to discuss delivery of services and to plan the following terms schedule of work.
Lot 2 West consists of the following sites:
Alverton School
Bodriggy Academy
Cape Cornwall School
Gulval School
Kehelland Village School
Mousehole School
Nancledra School
Newlyn School *
Pendeen School
Pensans CP School
Perranporth Community Primary School
Sennen School
St Erth School
St Ives School
St Just Primary
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 40
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
two further 12 month extensions (3+1+1)
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
two.2) Description
two.2.1) Title
Lot 3 East
Lot No
4
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
Main site or place of performance
Academy House, Truro Business Park, Truro,
TR4 9LD
two.2.4) Description of the procurement
The Trust requires a contractor to undertake a Grounds Maintenance service in accordance with horticultural best practice, this service specification and associated tender documents.
The Contractor will be responsible for the provision of skilled horticultural craftsmen to undertake the services of grass cutting, hedge maintenance, leaf and litter control, pruning, weed control, tree survey, sport pitch maintenance and associated works.
Over the period of the contract it is expected that there may be changes to the overall sites as buildings / sites are taken out of use (either temporarily or permanently) or new buildings / sites are brought into use, or for other reasons.
Tasks specified to be carried out on a regular basis, must be suitably spaced out over the period and must meet with the approval of the Site Manager at each location. The scheduling of these tasks must be available for inspection and the Contractor shall make any reasonable adjustments as deemed necessary by the Site Manager.
The Contractor is to avoid soil, grass cuttings or moss from grassed or soil areas being carried onto buildings, paths and roads. Where this has occurred, the area should be cleaned and materials removed immediately.
All pruning, hedge cuttings and arisings shall be removed from the premises by the Contractor and disposed of in a proper manner at the Contractor's expense. No burning on any premises of any material is permitted.
The Contractor will be responsible for reinstating any areas damaged by herbicide drift, including damage to any plants or turf. Such damage will be reinstated within five days of the Contractor receiving the Site Manager’s instruction and any labour or materials required will be provided by the Contractor at his own expense.
The Contractor’s representative is to report to Site Manager on arrival on every visit prior to commencing any works. A report is required to be completed for every day of attendance detailing the tasks undertaken and handed to Site Manager for signature. Failure to provide this report will count as non-attendance.
The Contractor will monitor and review the performance of the services on an ongoing basis and is required to meet formally once every term with the Site Manager and to discuss delivery of services and to plan the following terms schedule of work.
Lot 3 East consists of the following sites:
Berrycoombe Primary School
Cardinham School *
Lanivet School
Liskeard Hillfort Primary School
Nanpean Community Primary School
Roche CP School *
St Dennis Primary School
Tywardreath School
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 40
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
two further 12 month extensions (3+1+1)
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.1.2) 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
12 April 2024
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 April 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230673.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:230673)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.2) Body responsible for mediation procedures
Truro & Penwith Academy Trust
Academy House
Truro
TR4 9LD
Country
United Kingdom
Internet address
https://www.tpacademytrust.org/web/
six.4.4) Service from which information about the review procedure may be obtained
Truro & Penwith Academy Trust
Academy House
Truro
TR4 9LD
Country
United Kingdom