Tender

Notting Hill Genesis Cleaning and Gardening Contracts

  • Notting Hill Genesis

F02: Contract notice

Notice identifier: 2023/S 000-026151

Procurement identifier (OCID): ocds-h6vhtk-03f9fd

Published 5 September 2023, 10:06am



Section one: Contracting authority

one.1) Name and addresses

Notting Hill Genesis

Bruce Kenrick House, 2 Killick Street

London

N1 9FL

Contact

NHG Procurement Team

Email

procurementteam@nhg.org.uk

Telephone

+44 2038150000

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.nhggroup.org.uk

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./454E86E832

Additional information can be obtained from the above-mentioned address

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

Notting Hill Genesis Cleaning and Gardening Contracts

Reference number

PROC1230

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

Notting Hill Genesis has divided its requirement into ten Cleaning services contracts and ten Gardening services contracts (giving a total of 20 contracts). Notting Hill Genesis has decided to split its whole estate into 10 core geographic regions known as “Lots”, providing opportunities for a variety of suppliers (from large contractors to SMEs) to bid and work with Notting Hill Genesis in providing a high quality Cleaning and Gardening service for its residents. These regions will predominantly be at sites located in Greater London however some sites will be located in other counties in the Southeast or East of England. Tenderers can decide which contracts they bid for and do not have to bid for all of them.

two.1.5) Estimated total value

Value excluding VAT: £99,000,000

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: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

NHG may at its discretion award more than two Lots to a Tenderer if the application of the Lot limitations would result in no Contract being awarded for a Lot or Lots. This might arise if there are no other ranked Tenderers for a particular Lot. Please see the SQ/ITT document for full details.

two.2) Description

two.2.1) Title

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

Lot No

LOT 1

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911300 - Window-cleaning services
  • 98341140 - Caretaker services
  • 90690000 - Graffiti removal services
  • 31531000 - Light bulbs
  • 90500000 - Refuse and waste related services
  • 90511300 - Litter collection services
  • 90911000 - Accommodation, building and window cleaning services
  • 90911200 - Building-cleaning services
  • 90914000 - Car park cleaning services
  • 90918000 - Bin-cleaning services
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90511200 - Household-refuse collection services
  • 90511100 - Urban solid-refuse collection services
  • 90513200 - Urban solid-refuse disposal services
  • 31520000 - Lamps and light fittings
  • 31524000 - Ceiling or wall light fittings
  • 50870000 - Repair and maintenance services of playground equipment

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Barnet, Camden and Islington. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

• Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

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: £11,592,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/454E86E832

two.2) Description

two.2.1) Title

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911300 - Window-cleaning services
  • 98341140 - Caretaker services
  • 90690000 - Graffiti removal services
  • 31531000 - Light bulbs
  • 90500000 - Refuse and waste related services
  • 90511300 - Litter collection services
  • 90911000 - Accommodation, building and window cleaning services
  • 90911200 - Building-cleaning services
  • 90914000 - Car park cleaning services
  • 90918000 - Bin-cleaning services
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90511200 - Household-refuse collection services
  • 90511100 - Urban solid-refuse collection services
  • 90513200 - Urban solid-refuse disposal services
  • 31520000 - Lamps and light fittings
  • 31524000 - Ceiling or wall light fittings
  • 50870000 - Repair and maintenance services of playground equipment

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the Brent and Harrow Region . This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £7,760,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911300 - Window-cleaning services
  • 98341140 - Caretaker services
  • 90690000 - Graffiti removal services
  • 31531000 - Light bulbs
  • 90500000 - Refuse and waste related services
  • 90511300 - Litter collection services
  • 90911000 - Accommodation, building and window cleaning services
  • 90911200 - Building-cleaning services
  • 90914000 - Car park cleaning services
  • 90918000 - Bin-cleaning services
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90511200 - Household-refuse collection services
  • 90511100 - Urban solid-refuse collection services
  • 90513200 - Urban solid-refuse disposal services
  • 31520000 - Lamps and light fittings
  • 31524000 - Ceiling or wall light fittings
  • 50870000 - Repair and maintenance services of playground equipment

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the Enfield, Hackney, Haringey, Tower Hamlets and Waltham Forest. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £14,544,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911300 - Window-cleaning services
  • 98341140 - Caretaker services
  • 90690000 - Graffiti removal services
  • 31531000 - Light bulbs
  • 90500000 - Refuse and waste related services
  • 90511300 - Litter collection services
  • 90911000 - Accommodation, building and window cleaning services
  • 90911200 - Building-cleaning services
  • 90914000 - Car park cleaning services
  • 90918000 - Bin-cleaning services
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90511200 - Household-refuse collection services
  • 90511100 - Urban solid-refuse collection services
  • 90513200 - Urban solid-refuse disposal services
  • 31520000 - Lamps and light fittings
  • 31524000 - Ceiling or wall light fittings
  • 50870000 - Repair and maintenance services of playground equipment

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Barking & Dagenham,Havering,Newham,Redbridge. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £4,056,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

Lot No

Lot 5

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911300 - Window-cleaning services
  • 98341140 - Caretaker services
  • 90690000 - Graffiti removal services
  • 31531000 - Light bulbs
  • 90500000 - Refuse and waste related services
  • 90511300 - Litter collection services
  • 90911000 - Accommodation, building and window cleaning services
  • 90911200 - Building-cleaning services
  • 90914000 - Car park cleaning services
  • 90918000 - Bin-cleaning services
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90511200 - Household-refuse collection services
  • 90511100 - Urban solid-refuse collection services
  • 90513200 - Urban solid-refuse disposal services
  • 31520000 - Lamps and light fittings
  • 31524000 - Ceiling or wall light fittings
  • 50870000 - Repair and maintenance services of playground equipment

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Bromley,Croydon,Greenwich,Lewisham,Southwark. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £4,632,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

Lot No

Lot 6

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911300 - Window-cleaning services
  • 98341140 - Caretaker services
  • 90690000 - Graffiti removal services
  • 31531000 - Light bulbs
  • 90500000 - Refuse and waste related services
  • 90511300 - Litter collection services
  • 90911000 - Accommodation, building and window cleaning services
  • 90911200 - Building-cleaning services
  • 90914000 - Car park cleaning services
  • 90918000 - Bin-cleaning services
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90511200 - Household-refuse collection services
  • 90511100 - Urban solid-refuse collection services
  • 90513200 - Urban solid-refuse disposal services
  • 31520000 - Lamps and light fittings
  • 31524000 - Ceiling or wall light fittings
  • 50870000 - Repair and maintenance services of playground equipment

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Kensington & Chelsea ,Lambeth, Westminster .This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £11,448,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

Lot No

LOT 7

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911300 - Window-cleaning services
  • 98341140 - Caretaker services
  • 90690000 - Graffiti removal services
  • 31531000 - Light bulbs
  • 90500000 - Refuse and waste related services
  • 90511300 - Litter collection services
  • 90911000 - Accommodation, building and window cleaning services
  • 90911200 - Building-cleaning services
  • 90914000 - Car park cleaning services
  • 90918000 - Bin-cleaning services
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90511200 - Household-refuse collection services
  • 90511100 - Urban solid-refuse collection services
  • 90513200 - Urban solid-refuse disposal services
  • 31520000 - Lamps and light fittings
  • 31524000 - Ceiling or wall light fittings
  • 50870000 - Repair and maintenance services of playground equipment

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Ealing / Hammersmith & Fulham This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £11,816,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

Lot No

Lot 8

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911300 - Window-cleaning services
  • 98341140 - Caretaker services
  • 90690000 - Graffiti removal services
  • 31531000 - Light bulbs
  • 90500000 - Refuse and waste related services
  • 90511300 - Litter collection services
  • 90911000 - Accommodation, building and window cleaning services
  • 90911200 - Building-cleaning services
  • 90914000 - Car park cleaning services
  • 90918000 - Bin-cleaning services
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90511200 - Household-refuse collection services
  • 90511100 - Urban solid-refuse collection services
  • 90513200 - Urban solid-refuse disposal services
  • 31520000 - Lamps and light fittings
  • 31524000 - Ceiling or wall light fittings
  • 50870000 - Repair and maintenance services of playground equipment

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Hillingdon,Hounslow.This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £2,544,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

he term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

Lot No

Lot 9

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911300 - Window-cleaning services
  • 98341140 - Caretaker services
  • 90690000 - Graffiti removal services
  • 31531000 - Light bulbs
  • 90500000 - Refuse and waste related services
  • 90511300 - Litter collection services
  • 90911000 - Accommodation, building and window cleaning services
  • 90911200 - Building-cleaning services
  • 90914000 - Car park cleaning services
  • 90918000 - Bin-cleaning services
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90511200 - Household-refuse collection services
  • 90511100 - Urban solid-refuse collection services
  • 90513200 - Urban solid-refuse disposal services
  • 31520000 - Lamps and light fittings
  • 31524000 - Ceiling or wall light fittings
  • 50870000 - Repair and maintenance services of playground equipment

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Kingston-Upon-Thames,Spelthorne,Sutton,Wandsworth-Upon- This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,760,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste

Lot No

Lot 10

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 90911300 - Window-cleaning services
  • 98341140 - Caretaker services
  • 90690000 - Graffiti removal services
  • 31531000 - Light bulbs
  • 90500000 - Refuse and waste related services
  • 90511300 - Litter collection services
  • 90911000 - Accommodation, building and window cleaning services
  • 90914000 - Car park cleaning services
  • 90510000 - Refuse disposal and treatment
  • 90511000 - Refuse collection services
  • 90511200 - Household-refuse collection services
  • 90511100 - Urban solid-refuse collection services
  • 90513200 - Urban solid-refuse disposal services
  • 31520000 - Lamps and light fittings
  • 31524000 - Ceiling or wall light fittings
  • 50870000 - Repair and maintenance services of playground equipment

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
Main site or place of performance

Essex

two.2.4) Description of the procurement

This contract Lot relates to Cleaning services in the areas of Essex,Bedford,Buckingshire and Luton. This will include internal cleaning ,External Cleaning , (Yard work),Caretaking ,Window Cleaning and Bulk Waste services.

Below provides a summary of some of the additional service requirements :

•Additional Work for sheltered, supported and extra care schemes including the cleaning of common rooms, communal lavatories and

bathrooms, communal kitchens, laundries & internal drying areas, and guest rooms

•Annual Deep Clean

•Play Area Maintenance and Inspection

•Cleaning of internal areas such as entrance halls, landings, corridors, lobbies, lifts & staircases.

•Cleaning of external areas including pathways, parking areas, communal refuse / recycling bin areas, shed areas, external drying areas, bike

stores and waste chutes

•Lightbulb Replacement

•Ad-hoc Tasks and Requests

•The removal of graffiti

•The collection of sharps, needles, and broken glass

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £7,072,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Gardening Services Including Grounds, Landscaping, and Trees Works

Lot No

Lot 11

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77211500 - Tree-maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 90511300 - Litter collection services
  • 77314100 - Grassing services
  • 03451300 - Shrubs
  • 77342000 - Hedge trimming
  • 71421000 - Landscape gardening services
  • 77312000 - Weed-clearance services
  • 90620000 - Snow-clearing services
  • 77211400 - Tree-cutting services
  • 77312100 - Weed-killing services
  • 77340000 - Tree pruning and hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Barnet,Camden,Islington .This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £2,570,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Gardening Services Including Grounds, Landscaping, and Trees Works

Lot No

Lot 12

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 90511300 - Litter collection services
  • 77314100 - Grassing services
  • 03451300 - Shrubs
  • 77342000 - Hedge trimming
  • 71421000 - Landscape gardening services
  • 77312000 - Weed-clearance services
  • 90620000 - Snow-clearing services
  • 77211500 - Tree-maintenance services
  • 77211400 - Tree-cutting services
  • 77312100 - Weed-killing services
  • 77340000 - Tree pruning and hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Brent,Harrow . This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £2,216,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Gardening Services Including Grounds, Landscaping, and Trees Works

Lot No

Lot 13

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77211500 - Tree-maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 90511300 - Litter collection services
  • 77314100 - Grassing services
  • 03451300 - Shrubs
  • 77342000 - Hedge trimming
  • 71421000 - Landscape gardening services
  • 77312000 - Weed-clearance services
  • 90620000 - Snow-clearing services
  • 77211400 - Tree-cutting services
  • 77312100 - Weed-killing services
  • 77340000 - Tree pruning and hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Enfield,Hackney,Haringey,Tower Hamlets and Waltham Forest This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £2,896,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Gardening Services Including Grounds, Landscaping, and Trees Works

Lot No

LOT 14

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77211500 - Tree-maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 90511300 - Litter collection services
  • 77314100 - Grassing services
  • 03451300 - Shrubs
  • 77342000 - Hedge trimming
  • 71421000 - Landscape gardening services
  • 77312000 - Weed-clearance services
  • 90620000 - Snow-clearing services
  • 77211400 - Tree-cutting services
  • 77312100 - Weed-killing services
  • 77340000 - Tree pruning and hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Barking&Dagenham,Havering,Newham and Redbridge . This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,400,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Gardening Services Including Grounds, Landscaping, and Trees Works

Lot No

Lot 15

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77211500 - Tree-maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 90511300 - Litter collection services
  • 77314100 - Grassing services
  • 03451300 - Shrubs
  • 77342000 - Hedge trimming
  • 71421000 - Landscape gardening services
  • 77312000 - Weed-clearance services
  • 90620000 - Snow-clearing services
  • 77211400 - Tree-cutting services
  • 77312100 - Weed-killing services
  • 77340000 - Tree pruning and hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Bromley,Croydon,Greenwich,Lewisham and Southwark This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £2,264,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Gardening Services Including Grounds, Landscaping, and Trees Works

Lot No

Lot 16

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77211500 - Tree-maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 90511300 - Litter collection services
  • 77314100 - Grassing services
  • 03451300 - Shrubs
  • 77342000 - Hedge trimming
  • 71421000 - Landscape gardening services
  • 77312000 - Weed-clearance services
  • 90620000 - Snow-clearing services
  • 77211400 - Tree-cutting services
  • 77312100 - Weed-killing services
  • 77340000 - Tree pruning and hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Kensington & Chelsea,Lambeth and Westminster This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,488,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Gardening Services Including Grounds, Landscaping, and Trees Works

Lot No

Lot 17

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77211500 - Tree-maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 90511300 - Litter collection services
  • 77314100 - Grassing services
  • 03451300 - Shrubs
  • 77342000 - Hedge trimming
  • 71421000 - Landscape gardening services
  • 77312000 - Weed-clearance services
  • 90620000 - Snow-clearing services
  • 77211400 - Tree-cutting services
  • 77312100 - Weed-killing services
  • 77340000 - Tree pruning and hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Ealing,Hammersmith & Fulham This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £2,344,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Gardening Services Including Grounds, Landscaping, and Trees Works

Lot No

Lot 18

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77211500 - Tree-maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 90511300 - Litter collection services
  • 77314100 - Grassing services
  • 03451300 - Shrubs
  • 77342000 - Hedge trimming
  • 71421000 - Landscape gardening services
  • 77312000 - Weed-clearance services
  • 90620000 - Snow-clearing services
  • 77211400 - Tree-cutting services
  • 77312100 - Weed-killing services
  • 77340000 - Tree pruning and hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Hillingdon,Hounslow This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,216,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Gardening Services Including Grounds, Landscaping, and Trees Works

Lot No

Lot 19

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77211500 - Tree-maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 90511300 - Litter collection services
  • 77314100 - Grassing services
  • 03451300 - Shrubs
  • 77342000 - Hedge trimming
  • 71421000 - Landscape gardening services
  • 77312000 - Weed-clearance services
  • 90620000 - Snow-clearing services
  • 77211400 - Tree-cutting services
  • 77312100 - Weed-killing services
  • 77340000 - Tree pruning and hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Kingston-Upon-Thames ,Merton,Richmond- Upon-Thames Spelthorne,Sutton,Wandsworth .This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £376,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

Gardening Services Including Grounds, Landscaping, and Trees Works

Lot No

Lot 20

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77211500 - Tree-maintenance services
  • 77310000 - Planting and maintenance services of green areas
  • 90511300 - Litter collection services
  • 77314100 - Grassing services
  • 03451300 - Shrubs
  • 77342000 - Hedge trimming
  • 71421000 - Landscape gardening services
  • 77312000 - Weed-clearance services
  • 90620000 - Snow-clearing services
  • 77211400 - Tree-cutting services
  • 77312100 - Weed-killing services
  • 77340000 - Tree pruning and hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This contract Lot relates to Gardening services in the areas of Essex,Bedford,Buckinghamshire and Luton. This will include Grounds, Landscaping, and Trees Works.

Below provides a summary of some of the additional service requirements :

•External soft grounds maintenance

•Grassed areas

•Bedding and planting

•Wildflower areas (biodiversity areas)

•Shrubs and hedges

•Litter and Leaf Clearance

•Green Roofs

•Water Features

•Tree management

•Reactive service

•Biodiversity commitments

•Snow Clearance and Gritting

•Weed Control

two.2.5) Award criteria

Quality criterion - Name: Criterion 1 / Weighting: 60

Cost criterion - Name: Criterion 1 / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £4,376,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The term of each Contract awarded shall be four years, with the option to extend the Contract for a further period of up to four years, giving a total maximum term for each Contract of eight years. Please note: The estimated value includes the full eight year duration (which is not guaranteed).

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Please see further details within the SQ document

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

There are specific training/accreditations/memberships required to participate in this procurement — Please refer to procurement documentation for full detail.

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


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

4 October 2023

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

8 January 2024

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

OUR STORY - MAKING LONDON HOME

Around two in every 100 Londoners live in a Notting Hill Genesis home. More than half are in general needs properties charged at social or affordable rent levels, but we also offer shared ownership, leasehold, market rent, supported and temporary housing, and commercial properties.

That tenure mix allows us to build on our proud legacy over almost six decades as an innovative and important player in London’s housing story, and to maintain our determination to deliver homes that Londoners can afford, whatever their personal circumstances.

We are committed to working better together for our residents, providing safe, warm and comfortable homes where they can live their lives well.

Our focus is on the capital, where we provide services to households in almost 61,000 homes across every London borough. We have slightly more than 6,000 properties in areas around London, but plan to transfer those to better placed registered providers over the coming years. As for previous transfers, we will work closely with local stakeholders and residents to ensure the process is as smooth as possible.

Alongside improving existing homes and services, we continue to build new homes. In 2023/24, we plan to deliver 1,281 new homes, 80% of which will be affordable, ensuring we are playing our part in addressing the capital’s housing shortage and enabling more people to truly make London home.

OTHER

NHG reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the tendering process or to terminate the process at any time and where appropriate re-advertise the procurement. NHG will not, under any circumstance , reimburse any expenses incurred by applicants in preparing their tender submissions.

SERVICES AND LOTS

The properties and schemes within each Lot may change during the term of the relevant Contract. This

may be due to a number of factors including, for example:

•where additional stock is developed or purchased by NHG, and new properties/schemes are added to

an existing Contract;

•where properties are transferred to another provider and properties/schemes are removed from an

existing Contract

• if it is necessary to move properties/scheme to another provider.

The Contract terms provide NHG the right to add and remove properties/schemes to allow this flexibility.

NHG has provided details of the estimated value of each Contract in the SQ and Invitation to Tender but this value may change where properties/schemes are added or removed from a Contract and there is therefore no guaranteed minimum value / expenditure under each Contract.

Further information can be found in the SQ/ITT document

NHG shall be under no obligation to award a contract as a result of this procurement exercise.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./454E86E832" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Facilities-management-services./454E86E832

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/454E86E832" target="_blank">https://www.delta-esourcing.com/respond/454E86E832

GO Reference: GO-202394-PRO-23798758

six.4) Procedures for review

six.4.1) Review body

Notting Hill Housing Association (NHG)

Bruce Kenrick House, 2 Killick Street

London

N1 9FL

Email

loraine.taylor@nhg.org.uk

Telephone

+44 2083574577

Country

United Kingdom