Tender

Cleaning and Grounds Maintenance

  • The Riverside Group Ltd

F02: Contract notice

Notice identifier: 2023/S 000-014702

Procurement identifier (OCID): ocds-h6vhtk-03ced4

Published 24 May 2023, 8:56am



Section one: Contracting authority

one.1) Name and addresses

The Riverside Group Ltd

2 Estuary Boulevard, Estuary Commerce Park

Liverpool

L24 8RF

Email

procurement@riverside.org.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.riverside.org.uk/

Buyer's address

https://in-tendhost.co.uk/theriversidegroup/aspx/Home

one.3) Communication

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

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

Cleaning and Grounds Maintenance

Reference number

AS/0004

two.1.2) Main CPV code

  • 90910000 - Cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

One Housing part of the Riverside Group (The Riverside Group) (TRG) are seeking tenders from suitably experienced and qualified organisations for appointment one service provider for Lot 1 – Cleaning Services, and one service provider for Lot 2 – Grounds Maintenance Services. The Providers shall be required to have the capacity to provide a service predominantly within the London area and occasionally a national basis as and when required. Tenderers can submit a tender for both Lot 1 and Lot 2 however it is only possible for a tenderer to be awarded one.The Contract for Lot 1 – Cleaning Services shall commence on 1st April 2024 and, subject to satisfactory performance, shall continue up to and including 31st March 2026 ("the Contract Period").The Contract for Lot 2 – Grounds Maintenance Services shall commence on 1st January 2024 and, subject to satisfactory performance, shall continue up to and including 31st December 2026 ("the Contract Period").

two.1.5) Estimated total value

Value excluding VAT: £8,750,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers can submit a tender for both Lot 1 and Lot 2 however it is only possible for a tenderer to be awarded one.

two.2) Description

two.2.1) Title

Lot 1 Cleaning

Lot No

Lot 1 Cleaning

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

The Providers shall be required to have the capacity to provide a service predominantly within the London area and occasionally a national basis as and when required.

two.2.4) Description of the procurement

One Housing part of the Riverside Group (The Riverside Group) (TRG) are seeking tenders from suitably experienced and qualified organisations for appointment one service provider for Lot 1 – Cleaning Services. The Contract for Lot 1 – Cleaning Services shall commence on 1st April 2024 and, subject to satisfactory performance, shall continue up to and including 31st March 2026 ("the Contract Period").

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: £6,000,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

Following the evaluation of the SQ bids, TRG will draw up a shortlist of the top six (6) highest scoring compliant bidders for each lot, that will be invited to tender. The invitation to tender will be issued to those short-listed bidders.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for a further 1 + 1 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

two.2) Description

two.2.1) Title

Lot 2 Grounds Maintenance

Lot No

Lot 2 Grounds Maintenance

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

The Providers shall be required to have the capacity to provide a service predominantly within the London area and occasionally a national basis as and when required.

two.2.4) Description of the procurement

The Contract for Lot 2 – Grounds Maintenance Services shall commence on 1st January 2024 and, subject to satisfactory performance, shall continue up to and including 31st December 2026 ("the Contract Period").

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: £2,750,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

Following the evaluation of the SQ bids, TRG will draw up a shortlist of the top six (6) highest scoring compliant bidders for each lot, that will be invited to tender. The invitation to tender will be issued to those short-listed bidders.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for a further 1 + 1 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 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

Restricted 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

26 June 2023

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

London

Country

United Kingdom