The procurement documents are available for unrestricted and full direct access, free of charge at:
II.1.1) Title
First Federation Trust Grounds Maintenance Services
II.1.2) Main CPV code
77314000
II.1.3) Type of contract
Services
II.1.4) Short description
The proposed contract will be for the outsourced provision of Grounds Maintenance Services to the Trust.
The successful Bidder shall establish effective management and operational level communication systems at all levels regarding the grounds maintenance service with the Trust. In addition, the Bidder will also be responsible for all legal, and health and safety requirements in delivering the services.
The Contract will include the purchase of equipment to support the delivery of the grounds maintenance service
II.1.5) Estimated total value
Value excluding VAT:
800 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Suppliers may bid for a one or a combination of 3 Lots from Lots A, B & C (selection of schools)
or
Suppliers can bid for Lot D on its own (all schools)
Schools allocated to each Lot are provided in the tender documents.
Lot No: 1
II.2.1) Title
Devon
II.2.2) Additional CPV code(s)
77314000
II.2.3) Place of performance
NUTS code:
UKK43
Main site or place of performance:
The First Federation Trust, Blackpool CE Primary School, Liverton, Newton Abbot, TQ12 6JB
II.2.4) Description of the procurement
The Contractor will be responsible for the provision of skilled horticultural craftsmen to undertake the services of grass cutting, hedge maintenance, leaf and litter control, pruning, weed control, tree survey, sport pitch maintenance and associated works.
As a result of this tender process, the Trust intends to appoint the successful Bidder as a Contractor to provide a high-quality service, whilst delivering value for money for schools, parents and pupils using the Services.
Tasks specified to be carried out on a regular basis, must be suitably spaced out over the period and must meet with the approval of the Site Manager at each location. The scheduling of these tasks must be available for inspection and the Contractor shall make any reasonable adjustments as deemed necessary by the Site Manager.
The Contractor is to avoid soil, grass cuttings or moss from grassed or soil areas being carried onto buildings, paths and roads. Where this has occurred, the area should be cleaned and materials removed immediately.
All pruning, hedge cuttings and arisings shall be removed from the premises by the Contractor and disposed of in a proper manner at the Contractor's expense. No burning on any premises of any material is permitted.
The Contractor will be responsible for reinstating any areas damaged by herbicide drift, including damage to any plants or turf. Such damage will be reinstated within five days of the Contractor receiving the Site Manager’s instruction and any labour or materials required will be provided by the Contractor at his own expense.
The Contractor’s representative is to report to Site Manager on arrival on every visit prior to commencing any works. A report is required to be completed for every day of attendance detailing the tasks undertaken and handed to Site Manager for signature. Failure to provide this report will count as non-attendance.
The Contractor will monitor and review the performance of the services on an ongoing basis and is required to meet formally once every term with the Site Manager and to discuss delivery of services and to plan the following terms schedule of work.
II.2.5) Award criteria
Criteria below:
Quality criterion: Price
/ Weighting: 70
Quality criterion: Quality
/ Weighting: 30
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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
Plymouth
II.2.2) Additional CPV code(s)
77314000
II.2.3) Place of performance
NUTS code:
UKK4
Main site or place of performance:
The First Federation Trust, Blackpool CE Primary School, Liverton, Newton Abbot, TQ12 6JB
II.2.4) Description of the procurement
The Contractor will be responsible for the provision of skilled horticultural craftsmen to undertake the services of grass cutting, hedge maintenance, leaf and litter control, pruning, weed control, tree survey, sport pitch maintenance and associated works.
As a result of this tender process, the Trust intends to appoint the successful Bidder as a Contractor to provide a high-quality service, whilst delivering value for money for schools, parents and pupils using the Services.
Tasks specified to be carried out on a regular basis, must be suitably spaced out over the period and must meet with the approval of the Site Manager at each location. The scheduling of these tasks must be available for inspection and the Contractor shall make any reasonable adjustments as deemed necessary by the Site Manager.
The Contractor is to avoid soil, grass cuttings or moss from grassed or soil areas being carried onto buildings, paths and roads. Where this has occurred, the area should be cleaned and materials removed immediately.
All pruning, hedge cuttings and arisings shall be removed from the premises by the Contractor and disposed of in a proper manner at the Contractor's expense. No burning on any premises of any material is permitted.
The Contractor will be responsible for reinstating any areas damaged by herbicide drift, including damage to any plants or turf. Such damage will be reinstated within five days of the Contractor receiving the Site Manager’s instruction and any labour or materials required will be provided by the Contractor at his own expense.
The Contractor’s representative is to report to Site Manager on arrival on every visit prior to commencing any works. A report is required to be completed for every day of attendance detailing the tasks undertaken and handed to Site Manager for signature. Failure to provide this report will count as non-attendance.
The Contractor will monitor and review the performance of the services on an ongoing basis and is required to meet formally once every term with the Site Manager and to discuss delivery of services and to plan the following terms schedule of work.
II.2.5) Award criteria
Criteria below:
Quality criterion: Price
/ Weighting: 70
Quality criterion: Quality
/ Weighting: 30
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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
Dorset
II.2.2) Additional CPV code(s)
77314000
II.2.3) Place of performance
NUTS code:
UKK4
Main site or place of performance:
The First Federation Trust, Blackpool CE Primary School, Liverton, Newton Abbot, TQ12 6JB
II.2.4) Description of the procurement
The Contractor will be responsible for the provision of skilled horticultural craftsmen to undertake the services of grass cutting, hedge maintenance, leaf and litter control, pruning, weed control, tree survey, sport pitch maintenance and associated works.
As a result of this tender process, the Trust intends to appoint the successful Bidder as a Contractor to provide a high-quality service, whilst delivering value for money for schools, parents and pupils using the Services.
Tasks specified to be carried out on a regular basis, must be suitably spaced out over the period and must meet with the approval of the Site Manager at each location. The scheduling of these tasks must be available for inspection and the Contractor shall make any reasonable adjustments as deemed necessary by the Site Manager.
The Contractor is to avoid soil, grass cuttings or moss from grassed or soil areas being carried onto buildings, paths and roads. Where this has occurred, the area should be cleaned and materials removed immediately.
All pruning, hedge cuttings and arisings shall be removed from the premises by the Contractor and disposed of in a proper manner at the Contractor's expense. No burning on any premises of any material is permitted.
The Contractor will be responsible for reinstating any areas damaged by herbicide drift, including damage to any plants or turf. Such damage will be reinstated within five days of the Contractor receiving the Site Manager’s instruction and any labour or materials required will be provided by the Contractor at his own expense.
The Contractor’s representative is to report to Site Manager on arrival on every visit prior to commencing any works. A report is required to be completed for every day of attendance detailing the tasks undertaken and handed to Site Manager for signature. Failure to provide this report will count as non-attendance.
The Contractor will monitor and review the performance of the services on an ongoing basis and is required to meet formally once every term with the Site Manager and to discuss delivery of services and to plan the following terms schedule of work.
II.2.5) Award criteria
Criteria below:
Quality criterion: Price
/ Weighting: 70
Quality criterion: Quality
/ Weighting: 30
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230522.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.