Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

NHS SBS GROUNDS MAINTENANCE AND ASSOCIATED SERVICES FRAMEWORK (SBS10501)

  • First published: 27 January 2024
  • Last modified: 27 January 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03b447
Published by:
NHS Shared Business Services Limited
Authority ID:
AA82666
Publication date:
27 January 2024
Deadline date:
08 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Lot involves the provision of grounds maintenance services to include grass cutting, bed and border, maintenance, litter picking, leaf clearance, weeding, strimming, lawn care, flora display, lawn treatment, hedge cuttings, and planting.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 1 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Shared Business Services Limited

05280446

Three Cherry Tree Lane, Hemel Hempstead

Hertfordshire

HP2 7AH

UK

Contact person: Brendan Griffin-Ryan

E-mail: nsbs.categorymanagementsourcing@nhs.net

NUTS: UK

Internet address(es)

Main address: https://www.sbs.nhs.uk/

Address of the buyer profile: https://www.sbs.nhs.uk/proc-construction-estates-frameworks

I.3) Communication

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

https://discovery.ariba.com/rfx/18616729


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://discovery.ariba.com/rfx/18616729


I.4) Type of the contracting authority

Other: Public Sector Framework Provider https://www.sbs.nhs.uk/nhs-sbs-about-us

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NHS SBS GROUNDS MAINTENANCE AND ASSOCIATED SERVICES FRAMEWORK (SBS10501)

Reference number: SBS10501

II.1.2) Main CPV code

77314000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Shared Business Services Limited (NHS SBS) act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework Agreement.

Our Approved Organisation list can be found on:

https://sbs.nhs.uk/proc-framework-agreements-support

NHS Shared Business Services intends to put in place a Framework Agreement for the provision of Grounds Maintenance and Associated Services to be used by NHS SBS Approved Organisations. It includes the following specialised Lots:

Lot 1 - Grounds Maintenance Services

Lot 2 - Tree Care and Inspections

Lot 3 - Winter Services

Lot 4 - Fencing (Including Security Fencing)

Lot 5 - Pest Control

Lot 6 - Invasive Weed Control

Lot 7 - Hard Surface Landscaping

We are committed to working with Suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements within the Invitation to Tender.

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Grounds Maintenance Services

II.2.2) Additional CPV code(s)

45112720

77314000

77342000

79993100

90511300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot involves the provision of grounds maintenance services to include grass cutting, bed and border, maintenance, litter picking, leaf clearance, weeding, strimming, lawn care, flora display, lawn treatment, hedge cuttings, and planting.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 1 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Weighting / Weighting: 55%

Quality criterion: Social Value / Weighting: 15%

Cost criterion: Commercial (Price) / Weighting: 30%

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Tree Care and Inspections

II.2.2) Additional CPV code(s)

03452000

77211300

77211400

77211500

77314000

77340000

79993100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot involves the provision of planned tree care services to include maintenance, inspection, tree clearing, pruning, and planting. The service will also include a consultation and advice service as and when required.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 55%

Quality criterion: Social Value / Weighting: 15%

Cost criterion: Commercial (Price) / Weighting: 30%

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Winter Services

II.2.2) Additional CPV code(s)

15981320

34144420

34144440

77314000

79993100

90620000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot involves the provision of winter services to include gritting services, pre-treatment solutions, snow clearance and salt treatment. Suppliers are expected to be able to provide flexible and adjustable solutions to Approved Organisations which include manual and mechanical solutions.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 3 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 55%

Quality criterion: Social Value / Weighting: 15%

Cost criterion: Commercial (Price) / Weighting: 30%

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Fencing (Including Security Fencing)

II.2.2) Additional CPV code(s)

34928310

44231000

44313100

45340000

77314000

79993100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot involves the provision of fencing services to include safety fencing, security fencing, panel fencing and mesh fencing. It includes the repair of existing fencing and new installations.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 4 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 55%

Quality criterion: Social Value / Weighting: 15%

Cost criterion: Commercial (Price) / Weighting: 30%

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Pest Control

II.2.2) Additional CPV code(s)

24613100

77314000

79993100

90922000

90923000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot involves the provision of pest control services for Approved Organisation premises, in order to keep them free from rodents, birds, insects and other pests. The Supplier shall provide a full suite of pest control measures for dealing with a range of pests encountered by Approved Organisations.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 5 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 55%

Quality criterion: Social Value / Weighting: 15%

Cost criterion: Commercial (Price) / Weighting: 30%

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Invasive Weed Control

II.2.2) Additional CPV code(s)

77312000

77314000

79993100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot involves the provision of invasive weed control treatment solutions across a variety of public sector settings.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 6 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 55%

Quality criterion: Social Value / Weighting: 15%

Cost criterion: Commercial (Price) / Weighting: 30%

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Hard Surface Landscaping

II.2.2) Additional CPV code(s)

45112700

45112710

45112711

45112712

45112713

45112714

45112720

45112721

45112722

45112723

45112730

45112740

71421000

77314000

79993100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot involves the provision of hard surface landscaping across public sector settings. It includes landscaping works for hospitals, parks, gardens, schools, playgrounds, parks, and roads.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 7 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 55%

Quality criterion: Social Value / Weighting: 15%

Cost criterion: Commercial (Price) / Weighting: 30%

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

Duration in months: 48

This contract is subject to renewal: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-008001

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

Date: 08/03/2024

Local time: 12:00

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

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 08/03/2024

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The value provided is only an estimate. NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.

VI.4) Procedures for review

VI.4.1) Review body

NHS Shared Business Services Limited

Three Cherry Tree Lane

Hertfordshire

HP2 7AH

UK

E-mail: Nsbs.estatesfacilities@nhs.net

Internet address(es)

URL: https://www.sbs.nhs.uk/

VI.4.2) Body responsible for mediation procedures

NHS Shared Business Services Limited

NHS Shared Business Services Limited

Three Cherry Trees Lane

HP2 7AH

UK

E-mail: Nsbs.estatesfacilities@nhs.net

VI.5) Date of dispatch of this notice

25/01/2024

Coding

Commodity categories

ID Title Parent category
24613100 Bird-scaring cartridges Signalling flares, rain rockets, fog signals and pyrotechnic articles
79993100 Facilities management services Building and facilities management services
45340000 Fencing, railing and safety equipment installation work Building installation work
34144440 Gritter vehicles Special-purpose motor vehicles
77314000 Grounds maintenance services Planting and maintenance services of green areas
77342000 Hedge trimming Tree pruning and hedge trimming
71421000 Landscape gardening services Landscape architectural services
45112700 Landscaping work Excavating and earthmoving work
45112740 Landscaping work for airports Excavating and earthmoving work
45112714 Landscaping work for cemeteries Excavating and earthmoving work
45112712 Landscaping work for gardens Excavating and earthmoving work
45112721 Landscaping work for golf courses Excavating and earthmoving work
45112710 Landscaping work for green areas Excavating and earthmoving work
45112711 Landscaping work for parks Excavating and earthmoving work
45112723 Landscaping work for playgrounds Excavating and earthmoving work
45112722 Landscaping work for riding areas Excavating and earthmoving work
45112730 Landscaping work for roads and motorways Excavating and earthmoving work
45112713 Landscaping work for roof gardens Excavating and earthmoving work
45112720 Landscaping work for sports grounds and recreational areas Excavating and earthmoving work
90511300 Litter collection services Refuse collection services
44231000 Made-up fencing panels Builders carpentry
90922000 Pest-control services Facility related sanitation services
90923000 Rat-disinfestation services Facility related sanitation services
34928310 Safety fencing Road furniture
34144420 Salt spreaders Special-purpose motor vehicles
15981320 Snow Mineral water
90620000 Snow-clearing services Cleaning and sanitation services in urban or rural areas, and related services
77340000 Tree pruning and hedge trimming Horticultural services
77211300 Tree-clearing services Services incidental to logging
77211400 Tree-cutting services Services incidental to logging
77211500 Tree-maintenance services Services incidental to logging
03452000 Trees Tree-nursery products
77312000 Weed-clearance services Planting and maintenance services of green areas
44313100 Wire-mesh fencing Metal netting

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
nsbs.categorymanagementsourcing@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.