Section one: Contracting authority
one.1) Name and addresses
London and Quadrant Housing Trust
London and Quadrant Housing Trust
Stratford
E15 4PH
Telephone
+44 3004569998
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
30441R
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/lqgroup
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/lqgroup/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/lqgroup/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ES Tree and Grounds Management SaaS IT Solution
Reference number
ICT00305
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
1.1 The Supplies will support London Quadrant Housing Trust (LQHT) in the management of its Grounds Maintenance contracts and Tree Maintenance contracts. LQHT has over 1000 distinct estates across England, grouped by lots and regions. Grounds Maintenance contracts and Tree Maintenance contracts have been awarded to specialist Contractor Companies for each lot. This means several different Contractor Companies are responsible for fulfilling maintenance contracts across LQHT’s properties.1.2 The scope of Grounds Maintenance covers the maintenance of all communal, soft, and hard landscape surfaces. This will include all communal areas, play areas, verges, gardens (and roof gardens where applicable), wooded areas, non-adopted roads, and pathways/walkways (including covered walkways).1.3 The scope of Tree Maintenance covers the periodic inspection of LQHT’s approx. 20000 trees and the completion of remediation work identified during these inspections. 1.4 The current management of LQH
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
1.1 The Supplies will support London Quadrant Housing Trust (LQHT) in the management of its Grounds Maintenance contracts and Tree Maintenance contracts. LQHT has over 1000 distinct estates across England, grouped by lots and regions. Grounds Maintenance contracts and Tree Maintenance contracts have been awarded to specialist Contractor Companies for each lot. This means several different Contractor Companies are responsible for fulfilling maintenance contracts across LQHT’s properties.1.2 The scope of Grounds Maintenance covers the maintenance of all communal, soft, and hard landscape surfaces. This will include all communal areas, play areas, verges, gardens (and roof gardens where applicable), wooded areas, non-adopted roads, and pathways/walkways (including covered walkways).1.3 The scope of Tree Maintenance covers the periodic inspection of LQHT’s approx. 20000 trees and the completion of remediation work identified during these inspections. 1.4 The current management of LQHT’s Grounds Maintenance contracts and Tree Maintenance contracts uses manual processes and administrative staff within LQHT. As the number of LQHT estates has increased, the need for the specified Supplies to support the management of contracts has grown. 1.5 LQHT have made a commitment to the current Grounds Maintenance and Tree Maintenance Contractor Companies to implement a Solution to support the management of contracts. 1.6 The Solution required will:1.6.1 integrate with GIS and property data owned by LQHT, allowing LQHT and Contractor Companies to identify trees and grounds requiring maintenance work and maintain up to date physical asset data1.6.2 allow LQHT to create Work Items and Schedules of Work1.6.3 maintain reference data describing Work Types and Work Categories so Work Items can be assigned to the correct Contractor Company and budget1.6.4 manage individual workflows between LQHT and Contractor Companies1.6.5 allow Work Items to be completed and evidenced with uploaded photographs1.6.6 perform service charge calculations and allocation based on reference data1.6.7 allow LQHT to raise issue notices with Contractor Companies and manage the workflow to complete these1.7 The Supplies will help LQHT achieve several elements of LQHT’s corporate plan including ‘creating quality homes and estates that our customers can be proud of through a new approach to property maintenance’, ‘reducing operational costs and promoting efficiencies which ultimately improves resident experience’, and ‘achieving a minimum of 80% customer satisfaction in the look and feel of our estates’.1.8 LQHT have developed an Interim Solution that will support Grounds Maintenance and Tree Maintenance contracts until the Supplies go live. There is no requirement for the Solution to integrate with the Interim Solution. There is no requirement for historic Work Items to be migrated from the Interim Solution into the Solution.1.9 LQHT require the Supplier to adhere at all times to the LQHT Supplier Code of Conduct and sign up to the LQHT Expected Standards of Behaviours of LQHT Suppliers as listed in Appendix 10 and as available via the Procurement Portal. Note the LQHT Expected Standards of Behaviours of LQHT Suppliers document is included in the Section 7 Checklist.Please see the procurement documentation for further details.
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: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
There is a potential to renew this contract by two distinct period of no more than 12 months each, subject to a positive value for money assessment.
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
Please see the procurement documentation, specifically the Specification and Selection Questionnaire (SQ) information.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Please see the procurement documentation, specifically the Specification and Selection Questionnaire (SQ) information.
Minimum level(s) of standards possibly required
Please see the procurement documentation, specifically the Specification and Selection Questionnaire (SQ) information.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please see the procurement documentation, specifically the Specification and Selection Questionnaire (SQ) information.
Minimum level(s) of standards possibly required
Please see the procurement documentation, specifically the Specification and Selection Questionnaire (SQ) information.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see the procurement documentation, specifically the Specification
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 April 2022
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
Tender must be valid until: 4 July 2022
four.2.7) Conditions for opening of tenders
Date
8 April 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2 2LL
Country
United Kingdom