Opportunity

RHP Grounds Maintenance

  • RHP

F02: Contract notice

Notice reference: 2022/S 000-023029

Published 18 August 2022, 4:42pm



Section one: Contracting authority

one.1) Name and addresses

RHP

8 Waldegrave Road

Teddington

TW11 8GT

Contact

Maaz Ussen

Email

maaz@echelonconsultancy.co.uk

Telephone

+44 1707339800

Country

United Kingdom

NUTS code

UKI75 - Hounslow and Richmond upon Thames

National registration number

5345282

Internet address(es)

Main address

https://www.rhp.org.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=51243&B=ECHELON

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=51243&B=ECHELON

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

RHP Grounds Maintenance

Reference number

Ech 1187

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

RHP is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of Grounds Maintenance services. The contract will be awarded to a single Service Provider under a 5-year TPC Terms Partnering Contract (with the option to extend for a further 2 years and break clauses). The estimated annual value of the Contract is c. £1m

RHP is following a Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a Selection Questionnaire and its associated appendices. Following evaluation of submitted SQs, RHP anticipates shortlisting five bidders to be Invited to Tender under the second stage of the process. Following evaluation of Final Tenders, RHP intends to award the Contract to a single contractor. Full details of the requirements and instructions are included in the procurement and Tender documents.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 03452000 - Trees
  • 34928480 - Waste and rubbish containers and bins
  • 37535200 - Playground equipment
  • 43325000 - Park and playground equipment
  • 43325100 - Grounds-maintenance equipment
  • 44613800 - Containers for waste material
  • 45112723 - Landscaping work for playgrounds
  • 45222110 - Waste disposal site construction work
  • 45452000 - Exterior cleaning work for buildings
  • 45452100 - Blast cleaning work for building exteriors
  • 50760000 - Repair and maintenance of public conveniences
  • 50870000 - Repair and maintenance services of playground equipment
  • 71315400 - Building-inspection services
  • 71630000 - Technical inspection and testing services
  • 71631000 - Technical inspection services
  • 77211300 - Tree-clearing services
  • 77211400 - Tree-cutting services
  • 77211500 - Tree-maintenance services
  • 77314100 - Grassing services
  • 77340000 - Tree pruning and hedge trimming
  • 77341000 - Tree pruning
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90470000 - Sewer cleaning services
  • 90500000 - Refuse and waste related services
  • 90533000 - Waste-tip management services
  • 90610000 - Street-cleaning and sweeping services
  • 90611000 - Street-cleaning services
  • 90612000 - Street-sweeping services
  • 90640000 - Gully cleaning and emptying services
  • 90900000 - Cleaning and sanitation services
  • 90911100 - Accommodation cleaning services
  • 90911200 - Building-cleaning services

two.2.3) Place of performance

NUTS codes
  • UKI75 - Hounslow and Richmond upon Thames
Main site or place of performance

Richmond

two.2.4) Description of the procurement

RHP is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of Grounds Maintenance services. The contract will be awarded to a single Service Provider under a 5-year TPC Terms Partnering Contract (with the option to extend for a further 2 years and break clauses). The estimated annual value of the Contract is c. £1m

RHP is following a Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a Selection Questionnaire and its associated appendices. Following evaluation of submitted SQs, RHP anticipates shortlisting five bidders to be Invited to Tender under the second stage of the process. Following evaluation of Final Tenders, RHP intends to award the Contract to a single contractor. Full details of the requirements and instructions are included in the procurement and Tender documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

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: 5

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There is an option to extend the contract by up to a further 2 years, including break clauses. RHP anticipates shortlisting five bidders to be Invited to Tender under the second stage of the process and reserve the right to increase the number of bidders shortlisted by 1 or 2 to a maximum of 7 bidders

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.2.14) Additional information

Prospective bidders should note that TUPE will apply to the contract; prospective bidders are advised to seek their own independent advice about the implications of TUPE.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As detailed in the procurement and tender documents

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the procurement and tender documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

19 September 2022

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: 9 (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 Contracting Authority reserves the right to cancel the procurement and not to proceed with the contract at any stage of the procurement process. The Contracting Authority also reserves the right not to award the contract. Neither the Contracting Authority nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the contract.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will observe a 10-day stand still period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom