Section one: Contracting authority
one.1) Name and addresses
Truro & Penwith Academy Trust
Academy House
Truro
TR4 9LD
Contact
Chris Pickles
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.tpacademytrust.org/web/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43212
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Truro & Penwith Academy Trust Grounds Maintenance Services
two.1.2) Main CPV code
- 77314000 - Grounds maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Trust requires a contractor to undertake a Grounds Maintenance service in accordance with horticultural best practice, this service specification and associated tender documents.
The Contractor will be responsible for the provision of skilled horticultural craftsmen to undertake the services of grass cutting, hedge maintenance, leaf and litter control, pruning, weed control, tree survey, sport pitch maintenance and associated works.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £167,645
two.2) Description
two.2.1) Title
Lot 1a South
Lot No
1
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
Main site or place of performance
Academy House, Truro Business Park, Truro,
TR4 9LD
two.2.4) Description of the procurement
The Contractor will be responsible for the provision of skilled horticultural craftsmen to undertake the services of grass cutting, hedge maintenance, leaf and litter control, pruning, weed control, tree survey, sport pitch maintenance and associated works.
Over the period of the contract (3 years with the option of 2 further one year extensions), it is expected that there may be changes to the overall sites as buildings / sites are taken out of use (either temporarily or permanently) or new buildings / sites are brought into use, or for other reasons.
Tasks specified to be carried out on a regular basis, must be suitably spaced out over the period and must meet with the approval of the Site Manager at each location. The scheduling of these tasks must be available for inspection and the Contractor shall make any reasonable adjustments as deemed necessary by the Site Manager.
The Contractor is to avoid soil, grass cuttings or moss from grassed or soil areas being carried onto buildings, paths and roads. Where this has occurred, the area should be cleaned and materials removed immediately.
All pruning, hedge cuttings and arisings shall be removed from the premises by the Contractor and disposed of in a proper manner at the Contractor's expense. No burning on any premises of any material is permitted.
The Contractor will be responsible for reinstating any areas damaged by herbicide drift, including damage to any plants or turf. Such damage will be reinstated within five days of the Contractor receiving the Site Manager’s instruction and any labour or materials required will be provided by the Contractor at his own expense.
The Contractor’s representative is to report to Site Manager on arrival on every visit prior to commencing any works. A report is required to be completed for every day of attendance detailing the tasks undertaken and handed to Site Manager for signature. Failure to provide this report will count as non-attendance.
The Contractor will monitor and review the performance of the services on an ongoing basis and is required to meet formally once every term with the Site Manager and to discuss delivery of services and to plan the following terms schedule of work.
Lot 1a South consists of the following sites:
Landewednack CP School
Mullion Community Primary School *
Mullion School
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 40
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
two.2) Description
two.2.1) Title
Lot 2 West
Lot No
2
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
Main site or place of performance
Academy House, Truro Business Park, Truro,
TR4 9LD
two.2.4) Description of the procurement
The Trust requires a contractor to undertake a Grounds Maintenance service in accordance with horticultural best practice, this service specification and associated tender documents.
The Contractor will be responsible for the provision of skilled horticultural craftsmen to undertake the services of grass cutting, hedge maintenance, leaf and litter control, pruning, weed control, tree survey, sport pitch maintenance and associated works.
Over the period of the contract it is expected that there may be changes to the overall sites as buildings / sites are taken out of use (either temporarily or permanently) or new buildings / sites are brought into use, or for other reasons.
Tasks specified to be carried out on a regular basis, must be suitably spaced out over the period and must meet with the approval of the Site Manager at each location. The scheduling of these tasks must be available for inspection and the Contractor shall make any reasonable adjustments as deemed necessary by the Site Manager.
The Contractor is to avoid soil, grass cuttings or moss from grassed or soil areas being carried onto buildings, paths and roads. Where this has occurred, the area should be cleaned and materials removed immediately.
All pruning, hedge cuttings and arisings shall be removed from the premises by the Contractor and disposed of in a proper manner at the Contractor's expense. No burning on any premises of any material is permitted.
The Contractor will be responsible for reinstating any areas damaged by herbicide drift, including damage to any plants or turf. Such damage will be reinstated within five days of the Contractor receiving the Site Manager’s instruction and any labour or materials required will be provided by the Contractor at his own expense.
The Contractor’s representative is to report to Site Manager on arrival on every visit prior to commencing any works. A report is required to be completed for every day of attendance detailing the tasks undertaken and handed to Site Manager for signature. Failure to provide this report will count as non-attendance.
The Contractor will monitor and review the performance of the services on an ongoing basis and is required to meet formally once every term with the Site Manager and to discuss delivery of services and to plan the following terms schedule of work.
Lot 2 West consists of the following sites:
Alverton School
Bodriggy Academy
Cape Cornwall School
Gulval School
Kehelland Village School
Mousehole School
Nancledra School
Newlyn School *
Pendeen School
Pensans CP School
Perranporth Community Primary School
Sennen School
St Erth School
St Ives School
St Just Primary
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 40
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
two.2) Description
two.2.1) Title
Lot 3 East
Lot No
3
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
Main site or place of performance
Academy House, Truro Business Park, Truro,
TR4 9LD
two.2.4) Description of the procurement
The Trust requires a contractor to undertake a Grounds Maintenance service in accordance with horticultural best practice, this service specification and associated tender documents.
The Contractor will be responsible for the provision of skilled horticultural craftsmen to undertake the services of grass cutting, hedge maintenance, leaf and litter control, pruning, weed control, tree survey, sport pitch maintenance and associated works.
Over the period of the contract it is expected that there may be changes to the overall sites as buildings / sites are taken out of use (either temporarily or permanently) or new buildings / sites are brought into use, or for other reasons.
Tasks specified to be carried out on a regular basis, must be suitably spaced out over the period and must meet with the approval of the Site Manager at each location. The scheduling of these tasks must be available for inspection and the Contractor shall make any reasonable adjustments as deemed necessary by the Site Manager.
The Contractor is to avoid soil, grass cuttings or moss from grassed or soil areas being carried onto buildings, paths and roads. Where this has occurred, the area should be cleaned and materials removed immediately.
All pruning, hedge cuttings and arisings shall be removed from the premises by the Contractor and disposed of in a proper manner at the Contractor's expense. No burning on any premises of any material is permitted.
The Contractor will be responsible for reinstating any areas damaged by herbicide drift, including damage to any plants or turf. Such damage will be reinstated within five days of the Contractor receiving the Site Manager’s instruction and any labour or materials required will be provided by the Contractor at his own expense.
The Contractor’s representative is to report to Site Manager on arrival on every visit prior to commencing any works. A report is required to be completed for every day of attendance detailing the tasks undertaken and handed to Site Manager for signature. Failure to provide this report will count as non-attendance.
The Contractor will monitor and review the performance of the services on an ongoing basis and is required to meet formally once every term with the Site Manager and to discuss delivery of services and to plan the following terms schedule of work.
Lot 3 East consists of the following sites:
Berrycoombe Primary School
Cardinham School *
Lanivet School
Liskeard Hillfort Primary School
Nanpean Community Primary School
Roche CP School *
St Dennis Primary School
Tywardreath School
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 40
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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 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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-004720
Section five. Award of contract
Lot No
1
Title
Lot 1a South
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 July 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Cornwall Groundforce
Hakinico
Kehelland
tr14 ode
Telephone
+44 7415584374
Country
United Kingdom
NUTS code
- UKK30 - Cornwall and Isles of Scilly
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £29,755 / Highest offer: £69,100 taken into consideration
Section five. Award of contract
Lot No
2
Title
Lot 2 West
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 July 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Cornwall Groundforce
Hakinico
Kehelland
tr14 ode
Telephone
+44 7415584374
Country
United Kingdom
NUTS code
- UKK30 - Cornwall and Isles of Scilly
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £97,715 / Highest offer: £239,219.48 taken into consideration
Section five. Award of contract
Lot No
3
Title
Lot 3 East
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 June 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Cornwall Groundforce
Hakinico
Kehelland
tr14 ode
Telephone
+44 7415584374
Country
United Kingdom
NUTS code
- UKK30 - Cornwall and Isles of Scilly
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £40,175
Section six. Complementary information
six.3) Additional information
(MT Ref:232173)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.2) Body responsible for mediation procedures
Truro & Penwith Academy Trust
Academy House
Truro
TR4 9LD
Country
United Kingdom
Internet address
https://www.tpacademytrust.org/web/
six.4.4) Service from which information about the review procedure may be obtained
Truro & Penwith Academy Trust
Academy House
Truro
TR4 9LD
Country
United Kingdom