Tender

21001 Cambridgeshire County Council Cleaning & Grounds Maintenance Framework 2022

  • Cambridgeshire County Council
  • Fenland District Council

F02: Contract notice

Notice identifier: 2022/S 000-015458

Procurement identifier (OCID): ocds-h6vhtk-034308

Published 6 June 2022, 9:54am



Section one: Contracting authority

one.1) Name and addresses

Cambridgeshire County Council

New Shire Hall, Alconbury Weald

Huntingdon

PE28 4YE

Contact

Mr Jon Collyns

Email

Jon.collyns@cambridgeshire.gov.uk

Country

United Kingdom

NUTS code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://www.cambridgeshire.gov.uk/

Buyer's address

https://www.cambridgeshire.gov.uk/business/business-with-the-council/providing-goods-and-services-to-the-council

one.1) Name and addresses

Fenland District Council

Fenland Hall, County Road

March

PW15 8NQ

Email

Jon.collyns@cambridgeshire.gov.uk

Country

United Kingdom

NUTS code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://www.fenland.gov.uk/

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/Login

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

21001 Cambridgeshire County Council Cleaning & Grounds Maintenance Framework 2022

Reference number

DN602442

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

itself and other eligible bodies by establishing a Framework Agreement.

The Framework Agreement will have a term of four years under which individual requirements for each Authority site will be specified and priced according to a schedule of rates agreed as a result of this tender process The individual call-off contracts entered into under the Framework Agreement will have a maximum term of four years.

This requirement is not split into Lots, as 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)

  • 90900000 - Cleaning and sanitation services

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC

two.2.4) Description of the procurement

The Cleaning requirement covers the provision of (but is not limited to) the following cleaning services:-

• Daily supervision and management of the cleaning activities to ensure the delivery of a high quality service.

• Overall management and self-auditing of the cleaning standards within each establishment to ensure they

• meet the set standard.

• Employment and initial and then ongoing training of all cleaning management and staff to meet cleaning

• industry and health and safety standards.

• Supply of all equipment, materials and products required to clean, the establishments to the set standard

• Supply of all consumables to include the provision of all waste receptacle (bin) bags for the removal of general

• waste and dry mixed recycling waste, hand soap, centre-feed towel and toilet rolls.

• Provision of washroom services, including sanitary / nappy bins at each building, as required.

• Window cleaning services at all establishments.

• Litter picking and external litter bin management.

• Gritting services.

The term Grounds Maintenance covers the provision (but not limited to) the following grounds maintenance services:-

• Cutting and maintenance of grassed areas

• Weed control (hard and soft landscaped areas)

• Shrub, hedge and bush maintenance

• Management of trees, including day to day management, tree surveys and major tree works

• Any other related services agreed by Contracting authority or an eligible body and the provider

This requirement is not split into Lots, as the Authorities require one single provider to service this requirement, for ease of management and to drive efficiencies.

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

48

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

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

The process of shortlisting from Selection Questionnaire stage to Invitation to Tender is detailed within the SQ Guidance Document attached to the project on ProContract.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This framework shall be for an initial length of 3 years, with the option of a 4th and final year.

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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

6 July 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

5 August 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English


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

Mrs Clare Ellis

New Shire Hall, Alconbury Weald

Huntingdon

PE28 4YE

Email

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.