Contract

Truro & Penwith Academy Trust Grounds Maintenance Services

  • Truro & Penwith Academy Trust

F03: Contract award notice

Notice identifier: 2024/S 000-021772

Procurement identifier (OCID): ocds-h6vhtk-04398c

Published 16 July 2024, 11:10am



Section one: Contracting authority

one.1) Name and addresses

Truro & Penwith Academy Trust

Academy House

Truro

TR4 9LD

Contact

Chris Pickles

Email

cpickles@tpacademytrust.org

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

Email

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

Email

cpickles@tpacademytrust.org

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

Email

cpickles@tpacademytrust.org

Country

United Kingdom

Internet address

https://www.tpacademytrust.org/web/