Tender

Lakeside North Harbour - Grounds Maintenance Term Service

  • Portsmouth City Council

F02: Contract notice

Notice identifier: 2024/S 000-031619

Procurement identifier (OCID): ocds-h6vhtk-048afe

Published 2 October 2024, 10:33pm



Section one: Contracting authority

one.1) Name and addresses

Portsmouth City Council

Civic Offices, Guildhall Square

PORTSMOUTH

PO1 2AL

Contact

Procurement Service

Email

procurement@portsmouthcc.gov.uk

Telephone

+44 2392688235

Country

United Kingdom

Region code

UKJ31 - Portsmouth

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://in-tendhost.co.uk/portsmouthcc/aspx/home

one.3) Communication

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

https://in-tendhost.co.uk/portsmouthcc/aspx/home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/portsmouthcc/aspx/home

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://in-tendhost.co.uk/portsmouthcc/aspx/home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Lakeside North Harbour - Grounds Maintenance Term Service

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Portsmouth City Council (the 'Council') is inviting expressions of interest from suitably qualified and experienced suppliers to provide grounds maintenance services at Lakeside North Harbour, Portsmouth, PO6 3EN on a partner supplier term contract basis.

The Council envisages contract award will be on Monday 10th February 2025 with contract commencement taking place on Tuesday 1st April 2025.

The initial contract term will be for 3 years with possibility of extending the term by a further 4 years in increments to be agreed, subject to the agreement and performance of both parties.

The form of contract used will be the Council's standard terms for the supply of services amended to take account of contract specific requirements and service levels.

The estimated annual value of the contract for delivery for core services is £225,000. The council is ideally seeking to deliver a saving through this procurement process and as a minimum avoid any cost increases which could impact upon tenant revenues.

The Council is therefore setting a fixed cap of no more than £225,000 per annum that suppliers shortlisted to tender must meet or beat for their bid to be considered. The value of the contract may be adjusted annually to take account of inflation in line with the relevant rate of CPI (Consumer Price Index).

Additional non-core activities and minor project works may also be let via the contract at the option of the Council. The value of the additional activities and project work could equate to an additional £10,000 - £20,000 per annum, although no guarantee of further work can be provided.

The total contract value for the 3-year contract including for inflation in line with current CPI projections of approx. 2%, and inclusion of additional non-core activities and project work, could equate to £749,798, increasing to £1,821,399 if the contract is extended to the maximum term of 7 years.

The Council will run the procurement process in accordance with the 'Restricted Procedure' as set out within the Public Contracts Regulations (2015) in line with the procurement timetable set out below:

- FTS Notice issued - Wednesday 2nd October 2024

- SSQ and procurement documents published on Intend - Wednesday 2nd October 2024

- SSQ submission deadline - Monday 4th November 2024

- ITT and final procurement documents published on Intend Monday 18th November 2024

- Tender return deadline - Friday 20th December 2024

- Notification of preferred bidder - Friday 24th January 2025

- Standstill finish - Friday 7th February 2025

- Contract award - Monday 10th February 2025

- Contract commencement - Tuesday 1st April 2025

The Council will administrate the procurement process using its e-sourcing system In-tend. The In-tend system can be accessed free of charge via the following web link:

https://in-tendhost.co.uk/portsmouthcc/aspx/home

two.1.5) Estimated total value

Value excluding VAT: £1,821,399

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45111212 - Rock-removal work
  • 45111213 - Site-clearance work
  • 45111220 - Scrub-removal work
  • 45111240 - Ground-drainage work
  • 45112100 - Trench-digging work
  • 45112200 - Soil-stripping work
  • 45112210 - Topsoil-stripping work
  • 45112500 - Earthmoving work
  • 45112700 - Landscaping work
  • 45112710 - Landscaping work for green areas
  • 45112711 - Landscaping work for parks
  • 45112712 - Landscaping work for gardens
  • 45112720 - Landscaping work for sports grounds and recreational areas
  • 45113000 - Siteworks
  • 45233200 - Various surface works
  • 45233222 - Paving and asphalting works
  • 77300000 - Horticultural services
  • 90511300 - Litter collection services
  • 90610000 - Street-cleaning and sweeping services
  • 90620000 - Snow-clearing services
  • 90630000 - Ice-clearing services
  • 90640000 - Gully cleaning and emptying services
  • 90690000 - Graffiti removal services
  • 90721100 - Landscape protection services
  • 90914000 - Car park cleaning services
  • 90922000 - Pest-control services

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth
Main site or place of performance

Lakeside North Harbour, Portsmouth, PO6 3EN

two.2.4) Description of the procurement

LAKESIDE NORTH HARBOUR

Lakeside North Harbour is a premium 130-acre business campus in Portsmouth and recent winner of the South Coast Property Workplace of the year award. Home to a variety of international and local companies, including Babcock, Lead Forensics, Markerstudy, Virgin Media and Handelsbanken.

Lakeside North Harbour, offers a flexible working space with a range of office suites from 1,000 to 70,000 sq ft, in an impressive environment and boasting many amenities delivering unrivalled community and wellbeing in the perfect environment. Lakeside is a campus that truly extends beyond the office.

CORE SCOPE

The scope of the Services comprises the provision of labour, equipment, transport, materials and consumables to perform grounds maintenance services, which in summary encompass:

• Management of soft landscaping

• Hard landscaping

• Arboriculture, planting and weed removal

• Litter, debris & fly tipping clearance

• Green waste management

ADDITIONAL SERVICES & PROJECT WORKS

At the council's option the supplier may also have the opportunity to deliver additional non-core activities and small project works which may include for:

• Hard landscaping

• Additional planting

• Repairs to end-of-life installations

• Bridge repairs

• Paving repairs

• Drainage repairs

• Root removal

• Large tree work

• Gritting & snow clearing

• Sports pitch maintenance

• Road sweeping

• Pest control

KEY OBJECTIVES & PARTNERSHIP WORKING

The council will require that the successful supplier works in partnership in order to achieve the following key objectives:

• Always facilitate an excellent visitor experience

• Always ensure Client/Tenant business continuity

• Always meet Client expectations through delivering compliant and satisfactory services

• Provide a safe working environment

• Deliver proactive and fit for purpose services based on best value

• Deliver a high-class service in line with the prestige of Lakeside North Harbour.

• Deliver continuous improvement through innovation and added value

The Council will be using an output activity-based specification against which contractors will be required to provide a fixed price for delivery of the core activities to the standards specified. This will enable both parties to work pragmatically to achieve overall objectives of site upkeep and standards against a set method, resource and price position.

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: £1,821,399

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

Duration in months

36

This contract is subject to renewal

No

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

Envisaged number of candidates: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

EXTENSION OF CONTRACT TERM

The initial contract term is for 3 years with possibility of extending the term by a further 4 years in increments to be agreed, subject to the agreement and performance of both parties.

ADDITIONAL SERVICES & PROJECT WORKS

At the council's option the supplier may also have the opportunity to deliver additional non-core activities and small project works which may include for:

• Hard landscaping

• Additional planting

• Repairs to end-of-life installations

• Bridge repairs

• Paving repairs

• Drainage repairs

• Root removal

• Large tree work

• Gritting & snow clearing

• Sports pitch maintenance

• Road sweeping

• Pest control


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

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-025867

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 November 2024

Local time

12:00pm

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

18 November 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Autumn 2027 if extension options are not utilised.

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom