Tender

T1-6763-West Kent Housing Grounds Maintenance Contract

  • West Kent Housing Association

F02: Contract notice

Notice identifier: 2022/S 000-029076

Procurement identifier (OCID): ocds-h6vhtk-037605

Published 14 October 2022, 4:59pm



Section one: Contracting authority

one.1) Name and addresses

West Kent Housing Association

101 London Road

Sevenoaks

TN13 1AX

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.westkent.org/

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

www.mytenders.co.uk

Additional information can be obtained from another address:

Faithorn Farrell Timms LLP

1 Knoll Rise, Central Court

Orpington

BR6 0JA

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

www.effefftee.co.uk

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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

T1-6763-West Kent Housing Grounds Maintenance Contract

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The delivery of Grounds Maintenance Services to schemes and estates owned and managed by West Kent Housing Association. The estimated annual value is between 700,000.00 GBP and 900,000.00 GBP. It is intended the contract will commence in May 2023, and subject to annual reviews by West Kent Housing Association, run for a period of ten years with the option for renewal for an extension of up to a further five years. The maximum duration of the contract is therefore 15 years. The total contract value within this notice is therefore subject to review and is not guaranteed. The total contract is also subject to inflation.

two.1.5) Estimated total value

Value excluding VAT: £13,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services
  • 77340000 - Tree pruning and hedge trimming
  • 77342000 - Hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Schemes and sites owned and managed by West Kent Housing Association within Kent.

two.2.4) Description of the procurement

The services required by this contract, can include but are not restricted to:

1. Cutting and maintenance of grassed areas

2. The collection of leaves and litter from all communal areas

3. Weed control (hard and soft landscaped areas)

4. Shrub, hedge and rose maintenance

5. Management of trees on a day to day basis

6. Tree surveys, every five years, and any resultant major works to trees

two.2.5) Award criteria

Quality criterion - Name: Technical submission / Weighting: 30

Quality criterion - Name: Social Value submission / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £13,500,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

It is intended that the contract will commence in May 2023, and subject to annual reviews, run for a period of ten years with the option for renewal, as decided by WKHA, for an extension of up to a further five years. The maximum duration of the contract is therefore fifteen years. The total value within this notice relates to the maximum fifteen year period and is not guaranteed.

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

Envisaged minimum number: 5

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

The requirements are set out within the procurement documents.

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

As stated in the procurement documents.

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

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

14 November 2022

Local time

12:00pm

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

29 November 2022

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.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=227664.

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:227664)

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Royal Courts of Justice, The Strand

London

W2 2LL

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