Section one: Contracting authority
one.1) Name and addresses
Thrive Homes
Westside, London Rd
Hemel Hempstead
HP3 9TD
Contact
Procurement
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.thrivehomes.org.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise
Orpington
BR6 0JA
Contact
Procurement Team
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
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
PR-10305-Thrive Homes Cleaning and Grounds Maintenance Contracts
two.1.2) Main CPV code
- 71315000 - Building services
two.1.3) Type of contract
Services
two.1.4) Short description
The delivery of Cleaning and Grounds Maintenance Services to schemes and estates owned and managed by Thrive Homes. Lot 1 is Cleaning Services with estimated annual value of 400,000.00 GBP. Lot 2 is Grounds Maintenance Services with estimated annual value of 300,000.00 GBP.
It is intended that the Grounds Maintenance Services contract will commence in February 2025, and that the Cleaning Services contract will commence in April 2025. Both contracts are subject to annual reviews by Thrive Homes, and are intended to run for a period of three years with the option for renewal for an extension of up to a further two years. The maximum duration of the contracts is therefore five years. The total contract value(s) within this notice are therefore subject to review and are not guaranteed. The total contract value(s) is also subject to inflation.
two.1.5) Estimated total value
Value excluding VAT: £3,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Cleaning Services
Lot No
1
two.2.2) Additional CPV code(s)
- 90911000 - Accommodation, building and window cleaning services
- 90910000 - Cleaning services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
Hertfordshire, Buckinghamshire, Bedfordshire and Oxfordshire
two.2.4) Description of the procurement
- Routine cleaning and window cleaning services to internal and external communal areas of schemes including schemes housing elderly customers, supported/sheltered housing and those in need of extra support.
- Reactive cleaning services to internal and external communal areas of schemes
- Other site-based tasks which may be carried out on a routine or reactive basis
- The removal of litter, fly tipping and bulk refuse.
two.2.5) Award criteria
Quality criterion - Name: Technical Questions / Weighting: 40
Quality criterion - Name: Interview / Weighting: 20
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
It is intended that the contract will run for a period of three years with the option for renewal for an extension of up to a further two years. The maximum duration of the contract is therefore five years. The total contract value in this notice is subject to review and therefore not guaranteed.
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
two.2) Description
two.2.1) Title
Grounds Maintenance Services
Lot No
2
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
- 77340000 - Tree pruning and hedge trimming
- 77342000 - Hedge trimming
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
Main site or place of performance
within and around Hertfordshire, Buckinghamshire, Bedfordshire and Oxfordshire
two.2.4) Description of the procurement
- Litter Collection, Sweeping and Clearance of Debris
- Grass Cutting and Maintenance
- Path maintenance – moss and leaf clearance
- Edging
- Grass Reseeding / Turfing
- Supply of Planting Material, mainly shrubs and roses
- Shrub Maintenance
- Rose Maintenance
- Hedge Maintenance
- Trees – the lifting of trees to facilitate ease of maintenance when undertaking horticultural operations and emergency works as defined within the specification, reactive tree works, removal of epicormic growth, tree surveys (contract commencement to determine tree maintenance requirements)
- Snow Clearing and Gritting
- Grounds maintenance tasks associated with the maintenance of children’s play areas
Inspection, cleaning of landscape furniture including bench seats, litter bins and dog waste bins, notice boards and signs
two.2.5) Award criteria
Quality criterion - Name: Technical Questions / Weighting: 40
Quality criterion - Name: Interview / Weighting: 20
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
It is intended that the contract will run for a period of three years with the option for renewal for an extension of up to a further two years. The maximum duration of the contract is therefore five years. The total contract value in this notice is subject to review and therefore not guaranteed.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement 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 stated in the procurement 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
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
17 September 2024
Local time
12:00pm
Changed to:
Date
1 October 2024
Local time
12:00pm
See the change notice.
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 September 2024
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=232462.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:232462)
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom