Tender

Soft FM Services - Grounds Maintenance Services

  • Community Health Partnerships Limited

F02: Contract notice

Notice identifier: 2023/S 000-026244

Procurement identifier (OCID): ocds-h6vhtk-03fa36

Published 5 September 2023, 4:26pm



Section one: Contracting authority

one.1) Name and addresses

Community Health Partnerships Limited

Suite 12b, Manchester One, 53 Portland Street

Manchester

M1 3LD

Email

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

https://www.mytenders.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

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

Email

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