Tender

PR-10305-Thrive Homes Cleaning and Grounds Maintenance Contracts

  • Thrive Homes

F02: Contract notice

Notice identifier: 2024/S 000-024763

Procurement identifier (OCID): ocds-h6vhtk-048845

Published 7 August 2024, 8:52am



The closing date and time has been changed to:

1 October 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Thrive Homes

Westside, London Rd

Hemel Hempstead

HP3 9TD

Contact

Procurement

Email

procurement@effefftee.co.uk

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

https://www.mytenders.co.uk

Additional information can be obtained from another address:

Faithorn Farrell Timms LLP

Central Court, 1 Knoll Rise

Orpington

BR6 0JA

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

https://www.effefftee.co.uk

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

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