Section one: Contracting authority
one.1) Name and addresses
Community Health Partnerships Limited
Suite 12b, Manchester One, 53 Portland Street
Manchester
M1 3LD
procurement@communityhealthpartnerships.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://communityhealthpartnerships.co.uk/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA12961
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Soft FM Services - Grounds Maintenance Services
Reference number
T1-7297
two.1.2) Main CPV code
- 77314000 - Grounds maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The services required by the contract, include but are not restricted to, the maintenance of: All plant specimens, trees and hedges; All pots/containers; All external soft landscaped areas; All grassed areas; All beds, borders, planters and rockeries; All hard-standings, roads, footpaths, external entrance areas, external staircases and patios; All trees; The full extent of all grounds and gardens, including footpaths, external entrances and staircases, access roadways and car parking areas; Any garden furniture
two.1.5) Estimated total value
Value excluding VAT: £1,287,500
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
North East
Lot No
1
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
Grounds maintenance services to approximately 43 sites, generally in East Yorkshire and Northern Lincolnshire, South Yorkshire and West Yorkshire. The annual contract value for this lot is estimated to be 84,500 GBP.
two.2.5) Award criteria
Quality criterion - Name: Written responses to the technical questions / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £422,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Up to a maximum of two years, subject to performance and contract reviews. The maximum duration is therefore 5 years (60 months.)
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
North West
Lot No
2
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Grounds maintenance services to approximately 22 generally in Cheshire, Greater Manchester and Merseyside. The annual contract value for this lot is estimated to be 28500 GBP
two.2.5) Award criteria
Quality criterion - Name: Written responses to the technical questions / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £142,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Up to a maximum of two years, subject to performance and contract reviews. The maximum duration is therefore 5 years (60 months.)
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
West Midlands
Lot No
3
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Grounds maintenance services to approximately 19 sites, generally in Shropshire and Staffordshire and West Midlands. The annual contract value for this lot is estimated to be 36,000 GBP
two.2.5) Award criteria
Quality criterion - Name: Written responses to the technical questions / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £180,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Up to a maximum of two years, subject to performance and contract reviews. The maximum duration is therefore 5 years (60 months.)
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
London and Essex
Lot No
4
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
two.2.4) Description of the procurement
Grounds maintenance services to approximately 32 sites, generally in Essex, Inner London and Outer London. The annual contract value for this lot is estimated to be 50,500 GBP
two.2.5) Award criteria
Quality criterion - Name: Written responses to the technical questions / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £252,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Up to a maximum of two years, subject to performance and contract reviews. The maximum duration is therefore 5 years (60 months.)
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
South 1 - Cornwall
Lot No
5
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
two.2.4) Description of the procurement
Grounds maintenance services to approximately 2 sites, generally in Cornwall. The annual contract value for this lot is estimated to be 7,500 GBP
two.2.5) Award criteria
Quality criterion - Name: Written responses to the technical questions / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £37,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Up to a maximum of two years, subject to performance and contract reviews. The maximum duration is therefore 5 years (60 months.)
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
South 2 - Bristol
Lot No
6
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
two.2.4) Description of the procurement
Grounds maintenance services to approximately 4 sites, generally in Gloucestershire, Wiltshire and Bristol/Bath area. The annual contract value for this lot is estimated to be 30,500 GBP
two.2.5) Award criteria
Quality criterion - Name: Written responses to the technical questions / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £152,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Up to a maximum of two years, subject to performance and contract reviews. The maximum duration is therefore 5 years (60 months.)
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
South 3 - Oxfordshire
Lot No
7
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Grounds maintenance services to approximately 2 sites, generally in Berkshire, Buckinghamshire and Oxfordshire. The annual contract value for this lot is estimated to be 3,500 GBP
two.2.5) Award criteria
Quality criterion - Name: Written responses to the technical questions / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £17,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Up to a maximum of two years, subject to performance and contract reviews. The maximum duration is therefore 5 years (60 months.)
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
South 4 - Hampshire
Lot No
8
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
Grounds maintenance services to approximately 4 sites, generally in Hampshire and Isle of Wight. The annual contract value for this lot is estimated to be 16,500 GBP
two.2.5) Award criteria
Quality criterion - Name: Written responses to the technical questions / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £82,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Up to a maximum of two years, subject to performance and contract reviews. The maximum duration is therefore 5 years (60 months.)
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
Please refer to the tender documents for all relevant information.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the tender documents for all relevant information.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 October 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
5 October 2023
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230221.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:230221)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Royal Courts of Justice, The Strand
London
W2 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom