Tender

CP2550-24 Devon County Council Corporate Grounds Maintenance Contract

  • Devon County Council

F02: Contract notice

Notice identifier: 2024/S 000-032054

Procurement identifier (OCID): ocds-h6vhtk-04a649

Published 7 October 2024, 12:59pm



Section one: Contracting authority

one.1) Name and addresses

Devon County Council

County Hall, Topsham Road

Exeter

EX2 4QD

Contact

Mr Symon Doliczny

Email

symon.doliczny@devon.gov.uk

Telephone

+44 1392383000

Country

United Kingdom

Region code

UKK43 - Devon CC

Internet address(es)

Main address

http://www.devon.gov.uk

Buyer's address

http://www.devon.gov.uk

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