Section one: Contracting authority
one.1) Name and addresses
West Kent Housing Association
101 London Road
Sevenoaks
TN13 1AX
Telephone
+44 1689885080
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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 another address:
Faithorn Farrell Timms LLP
1 Knoll Rise, Central Court
Orpington
BR6 0JA
Contact
Procurement Team
Telephone
+44 1689885080
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main 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
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