Section one: Contracting authority
one.1) Name and addresses
Mid Sussex District Council
Oaklands, Oaklands Road
Haywards Heath
RH16 1SS
Country
United Kingdom
NUTS code
UKJ28 - West Sussex (North East)
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/sesharedservices/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/sesharedservices/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/sesharedservices/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
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
Mid Sussex District Council - Public Realm Contract
Reference number
MSDC - 034573
two.1.2) Main CPV code
- 77300000 - Horticultural services
two.1.3) Type of contract
Services
two.1.4) Short description
Mid Sussex District Council is inviting tenders for the provision of public realm services, including grounds maintenance, minor works and civils, playground inspections and maintenance, aboricultural, customer services, professional services, and other related services. The Council is seeking a supplier who is able to fully deliver the requirements of the contract and work collaboratively with the Council to deliver innovative, sustainable and efficient service solutions and proactively look for sustainable improvements over the life of the contract. It is anticipated that the contract will commence on 01 April 2023 at 00:00 hours. The Contract will be awarded for a period of 10 years until 31 March 2033, with a review point after 5 years in 2028. The Authority may extend this agreement beyond the Initial Term by a further period or successive period of 1 year or more up to a maximum of 5 years in total subject to performance and the absolute discretion of the Council.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 77300000 - Horticultural services
- 70332100 - Land management services
- 48326100 - Digital mapping system
- 90721500 - Toxic substances protection services
- 45233293 - Installation of street furniture
- 45233162 - Cycle path construction work
- 34928470 - Signage
- 44115100 - Ducting
- 77314000 - Grounds maintenance services
- 50000000 - Repair and maintenance services
- 45246410 - Flood-defences maintenance works
- 44113910 - Winter-maintenance materials
- 98351110 - Parking enforcement services
- 77330000 - Floral-display services
- 90620000 - Snow-clearing services
- 90721000 - Environmental safety services
- 71420000 - Landscape architectural services
- 75200000 - Provision of services to the community
- 77211500 - Tree-maintenance services
- 71250000 - Architectural, engineering and surveying services
- 45233161 - Footpath construction work
- 45252124 - Dredging and pumping works
- 45111240 - Ground-drainage work
- 90700000 - Environmental services
- 77320000 - Sports fields maintenance services
- 45221220 - Culverts
- 77341000 - Tree pruning
- 50232100 - Street-lighting maintenance services
- 98350000 - Civic-amenity services
- 90720000 - Environmental protection
- 71000000 - Architectural, construction, engineering and inspection services
- 90714500 - Environmental quality control services
- 71354100 - Digital mapping services
- 45233253 - Surface work for footpaths
- 45112730 - Landscaping work for roads and motorways
- 75241000 - Public security services
- 50511100 - Repair and maintenance services of liquid pumps
- 45213312 - Car park building construction work
- 77231500 - Forest monitoring or evaluation services
- 45232452 - Drainage works
- 90714600 - Environmental security control services
- 77211300 - Tree-clearing services
- 77340000 - Tree pruning and hedge trimming
- 50870000 - Repair and maintenance services of playground equipment
- 71240000 - Architectural, engineering and planning services
- 45112720 - Landscaping work for sports grounds and recreational areas
- 71317200 - Health and safety services
- 50800000 - Miscellaneous repair and maintenance services
- 45111200 - Site preparation and clearance work
- 45236200 - Flatwork for recreation installations
- 75242100 - Public-order services
- 79410000 - Business and management consultancy services
- 90721100 - Landscape protection services
- 45232451 - Drainage and surface works
- 77312000 - Weed-clearance services
- 77310000 - Planting and maintenance services of green areas
- 45246400 - Flood-prevention works
- 90710000 - Environmental management
- 90712000 - Environmental planning
- 39224340 - Bins
- 77211400 - Tree-cutting services
- 71510000 - Site-investigation services
- 45200000 - Works for complete or part construction and civil engineering work
- 90721800 - Natural risks or hazards protection services
- 45300000 - Building installation work
- 34922100 - Road markings
- 71541000 - Construction project management services
- 79411100 - Business development consultancy services
- 45100000 - Site preparation work
- 77314100 - Grassing services
- 45233139 - Highway maintenance work
- 79342300 - Customer services
- 45246000 - River regulation and flood control works
- 90610000 - Street-cleaning and sweeping services
- 70332200 - Commercial property management services
- 45112710 - Landscaping work for green areas
- 90721300 - Food or feed contamination protection services
- 45111213 - Site-clearance work
- 71312000 - Structural engineering consultancy services
- 45262640 - Environmental improvement works
- 72253000 - Helpdesk and support services
- 77200000 - Forestry services
- 45233291 - Installation of bollards
- 45314300 - Installation of cable infrastructure
- 45236290 - Repair work on recreational areas
- 90600000 - Cleaning and sanitation services in urban or rural areas, and related services
- 50700000 - Repair and maintenance services of building installations
- 45342000 - Erection of fencing
- 77313000 - Parks maintenance services
- 32424000 - Network infrastructure
- 90721700 - Endangered species protection services
- 72200000 - Software programming and consultancy services
- 45233210 - Surface work for highways
two.2.3) Place of performance
NUTS codes
- UKJ28 - West Sussex (North East)
Main site or place of performance
Within the district of Mid Sussex.
two.2.4) Description of the procurement
Mid Sussex District Council is seeking a Partner with the relevant experience capability and resources to deliver public realm services contract, including grounds maintenance, minor works and civils, drainage, closed cemeteries, playground inspections and maintenance, arboriculture, countryside management, professional services and other related services; over at least a 10year term valued around £50m. The parks and countryside estate is spread across the District’s towns and villages. These range from parks, recreation grounds, ornamental shrub beds, amenity greenspace. The district has over 740 hectares of parks and open spaces, including over 400 green spaces, 70,000 trees, and 5 local nature reserves. The Council also manages over 3,000 public space assets, including 130 play parks, 109 watercourse trash screens, 20 pavilions and 7 public toilets, 34 car parks (and EV charging points), and 258 streetlights. The Council will also work with the Supplier over the course of the contract to incorporate a number of optional services including street cleansing, customer services, enforcement and design and management services under a professional services element. These services will support the Council’s wider ambitions and strengthen its delivery capability in response to its success in securing grant funding investment for a variety of different projects. Whilst the Council’s asset portfolio will be detailed in the procurement documents, the Council’s estate will be subject to ongoing change, and Bidders should be aware that the open spaces and managed land and assets may vary during the Contract period. Similarly, the range of services may be reduced or extended in the future should the Council consider this appropriate. The Council is seeking a supplier who is able to fully deliver the requirements of the contract and work collaboratively with the Council to deliver innovative, sustainable and commercial solutions; demonstrate value for money though efficient service delivery and, proactively implement sustainable improvements over the life of the contract. The Council is keen to encourage local supply chain engagement and delivery throughout the life of the contract. This contract will be administered and primarily used by Mid Sussex District Council, but is being tendered to allow other public bodies which the Council works in partnership with to access the agreement, including West Sussex County Council, and town and parish Councils located within the Mid Sussex District. The Council is procuring this Contract following the Competitive Procedure with Negotiation under the UK Public Contract Regulations 2015 and the Council’s Procurement Code. The Council will be awarding one Contract for the provision of all services detailed in the Specification.
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: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2038
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
Potential suppliers will be ranked in descending order from the highest to the lowest final score with the highest ranking potential suppliers being invited to submit a tender. The Council intends to invite a minimum of 3 and maximum of 4 potential suppliers through from the SQ stage to the Tender stage. The Council reserves the right to only invite 3 suppliers to Tender stage if the gap in scoring between the 3rd and 4th ranking supplier is greater than 10%.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-025185
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 July 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
18 July 2022
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: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The value provided in Section II.1.5) of this notice represents MSDC’s estimate of the total contract value, including any possible extensions. The actual value of the contract opportunity will be based on the bidder’s own concepts and supporting service delivery plans submitted following the negotiation process. MSDC is following the Competitive Procedure with Negotiation as set out in the Public Procurements Regulations 2015 (as amended). Where any header CPV codes have been selected in sections II.1.2) and II.2.2) of this notice, please note that the associated sub-codes are also applicable to the contract. The SQ contains the Economic and financial standing mandatory selection criteria which must be met by the potential candidates. If these criteria are met, MSDC will evaluate the Technical and professional ability questions which are scored and weighted. This will determine a shortlist of bidders to invite to the next stage of the competition. The deadline for completion and return of the SQ is 12:00 (noon) on Friday 01st July 2022. All SQ responses must be submitted through the SE Services portal which can be found at www.seshareservices.org.uk/esourcing. MSDC expressly reserves the right i) not to award any contract as a result of the procurement process commenced by publication of this notice, ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will MSDC be liable for any costs incurred by the candidates. Further information about the contract opportunity can be found in the draft ITSIT which will be made available via the portal to bidders registering their interest in this procurement.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand, Holborn Town
London
WC2A 2LL
Country
United Kingdom