Opportunity

Mosscare St Vincents Housing Group Ground Maintenance

  • Mosscare St Vincent's Housing Group Limited

F02: Contract notice

Notice reference: 2021/S 000-005997

Published 24 March 2021, 4:49pm



The closing date and time has been changed to:

17 May 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Mosscare St Vincent's Housing Group Limited

7th Floor, Trafford House, Chester Road, Stretford

Manchester

M32 0RS

Contact

Claire Paton

Email

tenders@cirruspurchasing.co.uk

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.msvhousing.co.uk

Buyer's address

https://www.msvhousing.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/cirruspurchasing/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/cirruspurchasing/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

Mosscare St Vincents Housing Group Ground Maintenance

Reference number

MSV001

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Mosscare St Vincents Housing Group are tendering for three contracts covering cyclical grounds maintenance, estate services and additional associated grounds/garden maintenance works for their property and surrounding areas.

two.1.5) Estimated total value

Value excluding VAT: £4,245,000

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 1

Lot No

1

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77310000 - Planting and maintenance services of green areas

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Cyclical grounds maintenance, estate services and additional associated grounds/garden maintenance works for MSV property and surrounding areas within the requirements outlined in the tender documents. The scope of the Works under this Contract comprises the following Workstreams:- Cyclical Grounds Maintenance – Periodic summer and winter schedule grounds maintenance key task works in accordance with the schedule and client requirements- Additional Associated Works – Additional responsive grounds maintenance schedule of rate works where required in accordance with client requirements- Estate Services works – Routine and out of Hours/emergency schedule of rates works in accordance with client requirements- Technical Inspections; - Technical inspections necessary to support the above. Orders may be placed in respect to Works to:- External soft and hard landscaped communal and private grounds, gardens and communal Areas (including, but not restricted to: communal gardens, woodland, and grounds, garages, access road and footways, open access stairs, deck access, car parks, play areas and equipment, bin stores, refuse chambers and the like) for all group assets including, but not restricted to;- Sheltered Housing;- Supported Housing;- Social Rented Housing;- Market Rent; and;- Offices;- Other tenures; and- Tenanted and void properties;

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

132

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract is for an initial 5 years with the option to extend by a further 6 years subject to satisfactory performance reviews and entirely at the discretion of MSV, (5+6).

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

Lot No

2

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77310000 - Planting and maintenance services of green areas

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Cyclical grounds maintenance, estate services and additional associated grounds/garden maintenance works for the MSV property and surrounding areas within the requirements outlined in the tender documents. The scope of the Works under this Contract comprises the following Workstreams:- Cyclical Grounds Maintenance – Periodic summer and winter schedule grounds maintenance key task works in accordance with the schedule and client requirements- Additional Associated Works – Additional responsive grounds maintenance schedule of rate works where required in accordance with client requirements- Estate Services works – Routine and out of Hours/emergency schedule of rates works in accordance with client requirements- Technical Inspections; - Technical inspections necessary to support the above. Orders may be placed in respect to Works to:- External soft and hard landscaped communal and private grounds, gardens and communal Areas (including, but not restricted to: communal gardens, woodland, and grounds, garages, access road and footways, open access stairs, deck access, car parks, play areas and equipment, bin stores, refuse chambers and the like) for all group assets including, but not restricted to;- Sheltered Housing;- Supported Housing;- Social Rented Housing;- Market Rent; and;- Offices;- Other tenures; and- Tenanted and void properties;

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

132

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract is for an initial 5 years with the option to extend by a further 6 years subject to satisfactory performance reviews and entirely at the discretion of MSV, (5+6).

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

Lot No

3

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77310000 - Planting and maintenance services of green areas

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Cyclical grounds maintenance, estate services and additional associated grounds/garden maintenance works for MSV property and surrounding areas within the requirements outlined in the tender documents. The scope of the Works under this Contract comprises the following Workstreams:- Cyclical Grounds Maintenance – Periodic summer and winter schedule grounds maintenance key task works in accordance with the schedule and client requirements- Additional Associated Works – Additional responsive grounds maintenance schedule of rate works where required in accordance with client requirements- Estate Services works – Routine and out of Hours/emergency schedule of rates works in accordance with client requirements- Technical Inspections; - Technical inspections necessary to support the above. Orders may be placed in respect to Works to:- External soft and hard landscaped communal and private grounds, gardens and communal Areas (including, but not restricted to: communal gardens, woodland, and grounds, garages, access road and footways, open access stairs, deck access, car parks, play areas and equipment, bin stores, refuse chambers and the like) for all group assets including, but not restricted to;- Sheltered Housing;- Supported Housing;- Social Rented Housing;- Market Rent; and;- Offices;- Other tenures; and- Tenanted and void properties;

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

132

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract is for an initial 5 years with the option to extend by a further 6 years subject to satisfactory performance reviews and entirely at the discretion of MSV, (5+6).

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

(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e);(c) the common law offence of bribery;(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f) or section 113 of the Representation of the People Act 1983(g);(e) where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):(i) the common law offence of cheating the revenue,(ii) the common law offence of conspiracy to defraud,(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l),(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of theCompanies Act 2006(o),(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q),(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r),(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t),(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u), or(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006 or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;(f) any offence listed:(i) in section 41 of the Counter Terrorism Act 2008(a), or Section IV: Procedure(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc.) Act 2004(f);(k) an offence under section 59A of the Sexual Offences Act 2003(g);(l) an offence under section 71 of the Coroners and Justice Act 2009(h);(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive:(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland, or(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.

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

Originally published as:

Date

26 April 2021

Local time

12:00pm

Changed to:

Date

17 May 2021

Local time

12:00pm

See the change notice.

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

26 April 2021

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2026 or 2032 depending on option taken to extend.

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This tender process will incorporate a minimum 10 calendar days standstill period at the point information on the award is communicated to bidders. Appeals can be directly raised via the contact points detailed in section VI.4.1) of this contract notice. The Public Contracts Regulations 2015 #102 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).