Tender

Provision of Grounds Maintenance and Communal Cleaning Services

  • Cottsway Housing Association

F02: Contract notice

Notice identifier: 2021/S 000-007151

Procurement identifier (OCID): ocds-h6vhtk-02a360

Published 7 April 2021, 6:32pm



Section one: Contracting authority

one.1) Name and addresses

Cottsway Housing Association

Cottsway House, Heynes Place, Avenue Two

Witney

OX28 4YG

Contact

Alex Seagraves

Email

aseagraves@arkconsultancy.co.uk

Telephone

+44 121153831

Country

United Kingdom

NUTS code

UKJ14 - Oxfordshire

National registration number

United Kingdom

Internet address(es)

Main address

https://www.delta-esourcing.com/

Buyer's address

https://www.arkconsultancy.co.uk/

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

https://www.delta-esourcing.com/tenders/UK-UK-Witney:-Grounds-maintenance-services./9KEZRH24U5

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/

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

Provision of Grounds Maintenance and Communal Cleaning Services

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Cottsway Housing Association is a social business providing affordable homes in West Oxfordshire, Gloucestershire, Wiltshire and Worcestershire owning approx 5,000 homes. Cottsway Housing are seeking suitably resourced, qualified and experienced providers for Grounds Maintenance and Communal Cleaning Services across their portfolio. The opportunity is issued in 2 individual lots, Lot 1 Grounds Maintenance, Lot 2 Communal Cleaning. Applicants can apply for a single or both Lots. Lot 1 Grounds Maintenance will be delivered across General Needs, Independent Living and an Assisted Gardening stock. Lot 2 Communal Cleaning will be delivered across General Needs and Independent Living stock.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

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

Grounds Maintenance Lot 1

Lot No

1

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

Grounds Maintenance Services to include the management, delivery, organisation, supervision, performance and provision of services to General Needs, Independent Living and Assisted Gardening stock across the portfolio . The Contractor shall provide a comprehensive grounds maintenance service to a standard that contributes to the satisfaction of our customers whilst maintaining the aesthetics of the properties including weekly, monthly and annual schedules of work and emergency/ ad-hoc work requests.

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: £1,000,000

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

Duration in months

48

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

48 month contract with options to further extend for a further 2 periods of 24 months based upon satisfactory performance

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

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/9KEZRH24U5

two.2) Description

two.2.1) Title

Communal Cleaning Lot 2

Lot No

2

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911000 - Accommodation, building and window cleaning services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

Communal Cleaning Services for internal and external communal areas including windows and utility areas. Services to include the management, delivery, organisation, supervision, performance and provision of services to General Needs and Independent Living accommodation across the portfolio . The Contractor shall provide a comprehensive Communal Cleaning Service to a standard that contributes to the satisfaction of our customers whilst maintaining the aesthetics of the properties including a scheduled programme of monthly, quarterly and annual schedules of work and emergency/ ad-hoc work requests.

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: £500,000

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

Duration in months

48

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

48 month contract with options to further extend for a further 2 periods of 24 months based upon satisfactory performance

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

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/36P5G5Q3XJ


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Performance Indicators 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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 May 2021

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 May 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The Contracting Authority expressly reserves the right:

i.to award one, some, all or no Lots;

ii.not to award any contract/framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and

iii.to make whatever changes it may see fit to the content and structure of the tendering competition

and in no circumstances will the Authority be liable for any costs incurred by Economic Operators or Candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at the sole risk of the Economic Operator or Candidate participating in this procurement process.

No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc will be paid if a contract or framework agreement is withdrawn for any reason. Economic Operators should take part in this process only on the basis that they fully understand and accept this position.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Witney:-Grounds-maintenance-services./9KEZRH24U5

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/9KEZRH24U5

GO Reference: GO-202147-PRO-18050521

six.4) Procedures for review

six.4.1) Review body

The High Court, Royal Courts of Justice

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

ARK Consultancy

84 Spencer Street

BIRMINGHAM

B18 6DS

Telephone

+44 1215153831

Country

United Kingdom

Internet address

https://www.arkconsultancy.co.uk/contact-us/