- Scope of the procurement
- LOT 1. Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
- Lot 2. Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
- Lot 3. Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
- Lot 4. Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
- Lot 5. Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
- Lot 6. Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
- LOT 7. Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
- Lot 8. Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
- Lot 9. Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
- Lot 10. Internal Cleaning, External Cleaning (Yard work) Caretaking, Window Cleaning and Bulk Waste
- Lot 11. Gardening Services Including Grounds, Landscaping, and Trees Works
- Lot 12. Gardening Services Including Grounds, Landscaping, and Trees Works
- Lot 13. Gardening Services Including Grounds, Landscaping, and Trees Works
- LOT 14. Gardening Services Including Grounds, Landscaping, and Trees Works
- Lot 15. Gardening Services Including Grounds, Landscaping, and Trees Works
- Lot 16. Gardening Services Including Grounds, Landscaping, and Trees Works
- Lot 17. Gardening Services Including Grounds, Landscaping, and Trees Works
- Lot 18. Gardening Services Including Grounds, Landscaping, and Trees Works
- Lot 19. Gardening Services Including Grounds, Landscaping, and Trees Works
- Lot 20. Gardening Services Including Grounds, Landscaping, and Trees Works
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
Telephone
+44 2038150000
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
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
Telephone
+44 2083574577
Country
United Kingdom