Section one: Contracting authority
one.1) Name and addresses
Cambridgeshire County Council
New Shire Hall, Alconbury Weald
Huntingdon
PE28 4YE
Contact
Ms Samantha Hastings
samantha.hastings@cambridgeshire.gov.uk
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
https://www.cambridgeshire.gov.uk/
Buyer's address
one.1) Name and addresses
South Cambridgeshire District Council
South Cambridgeshire Hall, Cambourne Business Park, Cambourne
Cambridgeshire
CB23 6EA
Contact
Samantha Hastings
samantha.hastings@cambridgeshire.gov.uk
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=8e480826-f5d1-ed11-8121-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Login
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
22112 Grounds Maintenance Contract 2023 for CCC Park and Ride Sites and Guided Busway and South Cambridgeshire District Council Housing Sites.
Reference number
DN659662
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
The Authority wishes to procure cleaning and ground maintenance services for Cambridgeshire Country Councils Park and Ride Sites and Guided Busway and South Cambridgeshire District Council Housing Sites.
The Authorities proposes to enter into contract for an initial period of 3 years, with the option to extend for 2 further years in 12 month increments, making a total of 5 years. Under this contract individual requirements for each site will be specified and priced according to a schedule of rates agreed as a result of this tender process.
The Authorities require one single provider to service this requirement, for ease of management and to drive efficiencies.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
two.2.3) Place of performance
NUTS codes
- UKH12 - Cambridgeshire CC
two.2.4) Description of the procurement
The Authorities wish to appoint a provider to provide Grounds Maintenance services across the areas outlined within the documents.
South Cambridgeshire DC - The Provider shall be expected to undertake Grounds Maintenance services in accordance with the specification, issued as part of the ITT suite of documents, to cover grass cutting to all open spaces, tree, hedge and shrub maintenance and associated works.
CCC - Park & Ride Cambridgeshire County Council (CCC) currently maintain the following assets under the Cambridge Park & Ride / Busway team umbrella:
• Trumpington Park & Ride site
• Madingley Road Park & Ride site
• Newmarket road Park & Ride site
• Milton Park & Ride site
• Babraham Road Park & Ride site
• Longstanton Park & Ride site
• St.Ives Park & Ride site
• 25 km of Busway track and maintenance track
• 17 local Environmental Management Areas (LEM’s).
The Contractor will be required to provide the Council with services to all sites. The services shall include, but are not limited to:
• Management and supervision of Grounds Maintenance activities
• Supply of all equipment and materials
• Regular monitoring of service provision
• The provision of any other relevant monitoring information.
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
36
This contract is subject to renewal
Yes
Description of renewals
This is a recurring contract and shall be re-tendered at the end of this new term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract shall be for an initial period of 3 years, with the option to extend for 2 further years in 12 month increments, making a total of 5 years
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 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
31 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 April 2023
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Clare Ellis
New Shire Hall, Alconbury Weald
Huntingdon
PE28 4YE
clare.ellis@cambridgeshire.gov.uk
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Authority will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. The duration of this standstill will be disclosed at this point.
This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. Such additional information should be required from (Refer to address in Part 1.1). If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (Chapter 6) 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). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may order the ineffectiveness of a contract where serious breach have occurred in addition to any fine, the Court may instead provide for alternative penalties, either contract shortening, fines or both.
The Authority have invested in an e-tendering tool in order to facilitate its tendering processes in a compliant and transparent manner.
Potential Providers will need to register an account via the “Procontract Portal” at https://procontract.due-north.com/Register before being able to view the full tender details.
In order to access the tender documentation, click “Find Opportunities”, then on the drop-down menu, filter by “Cambridgeshire Public Services” by clicking on “Update” to find the relevant opportunity or alternatively within the organisations drop down select Cambridgeshire County Council to also find the relevant opportunity.
Please ensure that you read the tender documents carefully in order to be aware of the requirements and relevant deadlines.
The Council reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, pause, or postpone this procurement at any time. Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise.