Section one: Contracting authority
one.1) Name and addresses
The Riverside Group Ltd
2 Estuary Boulevard, Estuary Commerce Park
Liverpool
L24 8RF
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
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