Opportunity

ID 3512889 - DfC - Grounds Maintenance Contract for land in Poleglass

  • Department for Communities

F02: Contract notice

Notice reference: 2021/S 000-028713

Published 17 November 2021, 2:34pm



Section one: Contracting authority

one.1) Name and addresses

Department for Communities

9 Lanyon Place

BELFAST

BT1 3LP

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.communities-ni.gov.uk

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

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

https://etendersni.gov.uk/epps

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 3512889 - DfC - Grounds Maintenance Contract for land in Poleglass

Reference number

ID 3512889

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

To ensure that the Department for Communities (DfC) land at Poleglass is maintained effectively and to the highest standard and to demonstrate best practice in meeting all Government legislation, health and safety and sustainable practices, DfC is seeking a Contractor for the provision of a Grounds Maintenance Service. The Contract will run for a period of 3 years.

two.1.5) Estimated total value

Value excluding VAT: £510,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77310000 - Planting and maintenance services of green areas
  • 77300000 - Horticultural services
  • 77312000 - Weed-clearance services
  • 77313000 - Parks maintenance services
  • 77314100 - Grassing services
  • 43325100 - Grounds-maintenance equipment
  • 43000000 - Machinery for mining, quarrying, construction equipment

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

To ensure that the Department for Communities (DfC) land at Poleglass is maintained effectively and to the highest standard and to demonstrate best practice in meeting all Government legislation, health and safety and sustainable practices, DfC is seeking a Contractor for the provision of a Grounds Maintenance Service. The Contract will run for a period of 3 years.

two.2.5) Award criteria

Quality criterion - Name: AC1 Social Value: Health and Wellbeing / Weighting: 20

Quality criterion - Name: AC2 Account Manager Experience / Weighting: 20

Quality criterion - Name: AC3 Contract Management and Contingency Arrangements / Weighting: 10

Cost criterion - Name: Total Contract Price / Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £510,000

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

This contract is due to be renewed on expiry anticipated to be February 2025.

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.1.3) Technical and professional ability

List and brief description of selection criteria

SC1 Tenderers must confirm they hold a current and valid Waste Carrier License or Exemption from Waste Management Licensing Certificate(s).

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Client will monitor the Contractor’s performance as detailed in the Specification Schedule and in the Commercial Conditions of Contract Schedule 3 Contract Management/Monitoring Schedule.


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

20 December 2021

Local time

3:00pm

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

Tender must be valid until: 20 March 2022

four.2.7) Conditions for opening of tenders

Date

20 December 2021

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Prior to expiry which is anticipated to be February 2025.

six.3) Additional information

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead, any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.

As above

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.