Section one: Contracting authority
one.1) Name and addresses
Devon County Council
County Hall, Topsham Road
Exeter
EX2 4QD
Contact
Mr Symon Doliczny
Telephone
+44 1392383000
Country
United Kingdom
Region code
UKK43 - Devon CC
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://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Local Government
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CP2550-24 Devon County Council Corporate Grounds Maintenance Contract
Reference number
DN735579
two.1.2) Main CPV code
- 77300000 - Horticultural services
two.1.3) Type of contract
Services
two.1.4) Short description
Devon County Council seeks to engage a single grounds maintenance contractor to provide grounds maintenance services for Devon County Council corporate premises across the county of Devon. The Devon County Council estate comprises corporate office buildings, together with some educational units, Children’s Centres, Social Care Units and Economic Development sites/Business Parks.
Establishments typically include one or more of the following areas of work:
• Regular Grass cutting
• Rough Grass and conservation cutting
• Hedges
• Shrub beds (especially standard shrub beds and shrub bed edging)
• Hard Surface Weed Control
• Direct labour
• Miscellaneous – litter and leaves.
The contract will be for a four year period from the 1st of January 2025 until the 31st of December 2028, with an option for extensions up to a maximum of 24 months to the 31st December 2030..
Tenderers should note that sites are dispersed across the county and are often small. Individual sites may be added to, or may leave the contract during the course of its duration.
There are approximately sixty-one sites and sub sites currently maintained.
The contract includes requirements for safe working on the highway that will apply when contractors are carrying out operations to the exterior of premises. Where work must be undertaken that is on or affects the highway an operative must be on site that is competent in signing, guarding and lighting (Unit 2 within the New Roads and Streetworks Act).
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK43 - Devon CC
two.2.4) Description of the procurement
Devon County Council seeks to engage a single grounds maintenance contractor to provide grounds maintenance services for Devon County Council corporate premises across the county of Devon. The Devon County Council estate comprises corporate office buildings, together with some educational units, Children’s Centres, Social Care Units, and Economic Development sites/Business Parks.
Establishments typically include one or more of the following areas of work:
• Regular Grass cutting
• Rough Grass and conservation cutting
• Hedges
• Shrub beds (especially standard shrub beds and shrub bed edging)
• Hard Surface Weed Control
• Direct labour
• Miscellaneous – litter and leaves.
The contract will be for a four year period from the 1st of January 2025 until the 31st of December 2028, with an option for extensions up to a maximum of 24 months to the 31st December 2030..
Tenderers should note that sites are dispersed across the county and Individual sites may be added to, or may leave the contract during the course of its duration.
There are approximately sixty-one sites and sub sites currently maintained. Sites may be added or removed from the contract as required so these figures may vary over the course of the contract. An indicative list of sites currently on the. Occasionally additional corporate sites may be added and occasionally sites may be sold or disposed of to a third part via a lease, and these may be removed from the list of sites covered in the contract.
Core Requirements for Tenderers
- Have not been subject to prosecutions within the last three years and that staff involved in the delivery of the work of the agreement have not committed any criminal offences relating to the conduct of the business
- Compliance with the Equality Act 2010, the Human Rights Act 1998 or other relevant legislation
- Have a staff of at least equivalent of 6 full time operatives
- Acceptable formal Health & Safety Accreditation
- Holds / or will undertake as a condition of contract to obtain the Authoritiy’s Accreditation Provider specified accreditation level
- Must meet Disclosure and Barring Service (DBS) requirements as specified.
- Appropriate Employers and Public Liability Insurance
- Will undertake as a condition of contract to have an environment / sustainability policy,
- Demonstrate that at least one operative shall be available who is competent in the signing, guarding and lighting of highways to ensure that any work needing to be performed on the Highway is performed safely (Unit 2 within the New Road and Street Works Act). A supervisor, competent in signing, guarding and lighting (Unit 10 within the New Roads and Street works Act) shall be responsible for site supervision
- Holds / or will hold a valid waste carriers disposal licence of waste arisings.
- Holds relevant accreditations/training on all required equipment and operations
- Satisfactory references are provided and the tenderer’s organisation can demonstrate significant relevant / direct expertise in respect of grounds maintenance work to premises of greater than 0.5 Hectares and contracts of more than £5000
- Minimum Turnover x £200,000
Indicative list of sites
UPRN Site
000901 Musbury Baxter's Farm
001002 Bratton Flemming Beara Down Farm - Farm Yard
002001 Newton Abbot Brunel Road Parking Spaces
002891 Mary Tavy New School Land
003001 Exeter Land Next To Newtown School
036901 Exeter Ivybank
039000 Tiverton Social Services Office
047101 Ashburton Former Kenwyn
047801 Barnstaple No. 20 St Georges Road
047802 Barnstaple No 20 St Georges Road Luscombe Bungalow
048400 Exeter The Nichols Centre
049300 Barnstaple Greenfields Community Services
049902 Honiton St Michaels Day Centre
067302 Lodiswell Primary School Ex Playing Field
099705 Barnstaple Pilton Community College Footpath
119209 Exeter County Hall
120602 Tavistock West Devon Abbey Rise Social Services
182600 Honiton Ex Millwater School
234002 Exeter Larkbeare House
254401 Tavistock The Alexander Centre
261401 Ilfracombe Mullacott Cross I E Western Plot
283401 Holsworthy Link Centre
284701 Newton Abbot Orchard House Family Centre
288501 Exeter Topsham Land Below School
290501 Exeter Atkinson Unit (External Areas)
290502 Exeter Atkinson Unit (Internal Areas)
290503 Exeter Atkinson Unit Flat 6
290504 Exeter Atkinson Unit Flat 4
290505 Exeter Atkinson Unit Flat 5
300201 Barnstaple Proposed Roundswell Primary School
302000 Newton Abbot Devon House Registrars Office
342200 Exeter Sowton Great Moor House
348001 Axminster Land At Lea Combe Field End
390100 Tiverton Lowman Business Park
390900 Bideford Torridgeside Link Centre
424101 Axminster Land At Fire Station.
428200 Barnstaple North Devon Youth Offending Team
432900 Kingsteignton Ryefields
442300 Exmouth Copperfield Unit
447201 Exeter New Treetops Short Breaks Unit
447501 Exeter Land Off Wear Barton Road (Ex Scout Hut)
456701 Princetown Duchy Square Centre
466001 Dawlish Land At Lambeth Walk (Westcliffe) Lower
466002 Dawlish Land At Lambeth Walk (Westcliffe) Upper
469901 Barnstaple The Shoreline Academy
471702 Okehampton Business Park North West Path
471704 Okehampton Business Park Plot D
471706 Okehampton Business Park Pond Area
475700 Exeter Newcourt Rail Halt (Jack Sadler Way)
511600 Willand Units 16-17 Southview Industrial Estate
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 100%
Price - Weighting: 100%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2025
End date
31 December 2030
This contract is subject to renewal
No
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 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
14 November 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
14 November 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The authority reserves the right to cancel the procurement process at any stage. The
authority does not bind itself to accept the lowest or any tender, and reserve the right not to
award a contract. The authority reserves the right to award the contract in part, or to call for
new tenders should they consider this necessary. Economic operators remain responsible for
all costs and expenses incurred by them or by any third party acting under instructions from
them in connection with their participation in this procurement, whether incurred directly by
them or their advisors or subcontractors and regardless of whether such costs arise as a
consequence direct or indirect of any amendments to documents issued by the authority at
any time, or as a consequence of the cancellation of the procurement by the authority. For
the avoidance of doubt, the authority shall have no liability whatsoever to economic
operators or their advisors or subcontractors, for any of their costs, including but not limited
to those for any discussions or communications. Any contract(s) or agreement(s) entered
into as a result of this contract notice shall be considered as a contract(s) or agreement(s)
made under English law and subject to the exclusive jurisdiction of the English courts. If an
economic operator considers that any information supplied by it during this procurement
process is commercially sensitive or confidential in nature, this should be highlighted and the
reasons for its sensitivity as well as the duration of that sensitivity specified. Economic
operators should be aware that even where they have indicated that information is
commercially sensitive, the authority may disclose it pursuant to the Freedom of Information
Act 2000 in response to a request for information where such disclosure is considered to be
in the public interest. Please note that the receipt by any of the authority of any materials
marked ‘confidential’ or equivalent shall not be taken to mean that the authority accepts any
duty of confidence by virtue of that marking
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom