Section one: Contracting authority
one.1) Name and addresses
Kent and Medway NHS and Social Care Partnership Trust
Unit D, New Hythe Business Park, Magnitude House, New Hythe Lane
Aylesford
ME20 6WT
Contact
Procurement Team
Country
United Kingdom
Region code
UKJ44 - East Kent
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
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
KMPT Grounds & Gardens Maintenance Service
two.1.2) Main CPV code
- 77310000 - Planting and maintenance services of green areas
two.1.3) Type of contract
Services
two.1.4) Short description
Kent and Medway NHS and Social Care Partnership Trust is inviting tenders for the provision of Grounds and Gardens maintenance services.
The estimated contract value per annum is approximately £90,000.
The contract will start on 16th January 2025, and will be awarded for a period of five (5) years with the option to extend for an additional period or periods up to a maximum of 2 years. The duration of this Contract shall be no longer than seven (7) years in total.
two.1.5) Estimated total value
Value excluding VAT: £630,000
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
- 77312000 - Weed-clearance services
- 77311000 - Ornamental and pleasure gardens maintenance services
- 77330000 - Floral-display services
- 77211500 - Tree-maintenance services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
Kent and Medway
two.2.4) Description of the procurement
Kent and Medway NHS and Social Care Partnership Trust (KMPT) is inviting tenders for the provision of a fully inclusive Grounds and Gardens maintenance service across the Trust's sites.
KMPT is a large Mental Health NHS Trust, providing a full range of adult mental health and learning disability services to our local population of 1.8 million people across Kent and Medway, as well as specialist services for adults in Sussex and Surrey. Our services are predominantly provided around key urban centres including Maidstone, Medway and Canterbury, but we provide a range of services in community locations, reflecting the urban and rural mix of the area. Each year we care for over 2,000 people in our hospitals and 54,000 people in the community.
The Trust is seeking to work collaboratively with a Supplier of grounds and gardens maintenance services to achieve our ambitions in making a ‘cared for environment’ and help us meet user expectations. The Supplier will be expected to deliver improvements to service delivery and value for money over the life of the contract.
The contracted Supplier will be required to ensure that all sites are to be maintained to a high standard for our patients, visitors and staff to reflect the requirements of the client, the care quality commission (CQC) and NHS Patient lead assessments of the care environment (PLACE).
Core tasks will include, but not be limited to,
• Grass cutting
• Shrub/herbaceous bed maintenance
• Hedge maintenance
• Cleaning of grounds, pathways free of moss
• Court yard works (TBD)
Periodic tasks will include, but not be limited to:
• Grass edging
• Tree surveys and tree works resulting from surveys
• Young tree maintenance
• Replacement of shrubs and plants
Full details of the contract scope are set out within the Specification document. The estimated contract value per annum is approximately £90,000.
The Commencement Date for the delivery of the services is scheduled to be on 16th January 2025 at 00:00 hours. The Contract will be awarded for an initial period of five (5) years until midnight of the 15th January 2030, with an option to extend for an additional period or periods up to maximum of two (2) years), subject to performance and the absolute discretion of the Trust. The duration of the Contract shall be no longer than seven (7) years in total.
The Trust is procuring this contract following the Open Procedure under the UK Public Contract Regulations 2015 and the Trust's Standing Financial Instructions. The Trust will be awarding one Contract for the provision of all services detailed in the Specification.
The procurement documents and further details about the opportunity are available for unrestricted and full direct access, free of charge, via the Health Family Single eCommercial System (https://health-family.force.com/s/Welcome).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £630,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
16 January 2025
End date
15 January 2032
This contract is subject to renewal
Yes
Description of renewals
The Contract will be awarded for a period of an initial five (5) years until midnight of the 15/01/2030, with an option to extend for a further period or periods up to a maximum of two (2) years, subject to performance and the absolute discretion of the Trust. The duration of this Contract shall be no longer than seven (7) years in total.
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.1.2) 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
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-026434
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 November 2024
Local time
12:00pm
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 November 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The value provided in Section II.1.5) represents the Trust's estimate of the total value of the contract opportunity over the entire contract period including any possible extensions (7 years in total). The Trust does not guarantee any volume or value associated with this Notice.
The Invitation to Tender (ITT) document contains the mandatory selection criteria which must be met by the potential candidates.
The tender process, including the submission of completed tenders, must be submitted through the Health Family Single eCommercial System, details of which can be found at https://health-family.force.com/s/Welcome.
The Trust expressly reserves the right:
i. not to award any contract as a result of the procurement process commenced by publication of this notice;
ii. to make whatever changes it may see fit to the content and structure of the requirements during the tender phase;
and in no circumstances will be liable for any costs incurred by the candidates.
Further information about the contract opportu
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
royalcourtsofjustice.jc@gov.uk
Country
United Kingdom