Contract notice

Information

Published

Expire date: 27/06/2022

External Reference: 2022-529292

FTS Reference: 2022-014935

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Echelon Consultancy Ltd
5345282
Echelon House, 219a Hatfield Road
St Albans
AL1 4TB
UK
Contact person: Maaz Ussen
Telephone: +44 1707339800
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=44006&B=ECHELON
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

bpha Estate Services Contract
Reference number:  Ech 1150
II.1.2)

Main CPV code

77314000  -  Grounds maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

bpha is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of estate services. The contract will be awarded to a single Service Provider under a 10-year TAC Terms Alliance Contract (with break clauses).
bpha is following a Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a Selection Questionnaire and its associated appendices. Full details of all the requirements and how to participate are included in the procurement, SQ and Tender documents.
II.1.5)

Estimated total value

Value excluding VAT: 15000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

37535200  -  Playground equipment
43325000  -  Park and playground equipment
43325100  -  Grounds-maintenance equipment
45112723  -  Landscaping work for playgrounds
45452000  -  Exterior cleaning work for buildings
50760000  -  Repair and maintenance of public conveniences
50870000  -  Repair and maintenance services of playground equipment
70000000  -  Real estate services
77211300  -  Tree-clearing services
77211400  -  Tree-cutting services
77211500  -  Tree-maintenance services
77310000  -  Planting and maintenance services of green areas
77312000  -  Weed-clearance services
77314100  -  Grassing services
77340000  -  Tree pruning and hedge trimming
90000000  -  Sewage, refuse, cleaning and environmental services
90470000  -  Sewer cleaning services
90610000  -  Street-cleaning and sweeping services
90640000  -  Gully cleaning and emptying services
90900000  -  Cleaning and sanitation services
90910000  -  Cleaning services
90911000  -  Accommodation, building and window cleaning services
90911100  -  Accommodation cleaning services
90911200  -  Building-cleaning services
90911300  -  Window-cleaning services
II.2.3)

Place of performance

NUTS code:  UKH2 -  Bedfordshire and Hertfordshire
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Bedfordshire
II.2.4)

Description of the procurement

bpha is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of estate services. The contract will be awarded to a single Service Provider under a 10-year TAC Terms Alliance Contract (with break clauses). The estimated annual value of the Contract is c. £1.5m
bpha is following a Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a Selection Questionnaire and its associated appendices. Following evaluation of submitted SQs, bpha anticipates shortlisting six bidders to be Invited to Tender under the second stage of the process. Following evaluation of Final Tenders, bpha intends to award the Contract to a single contractor. Full details of the requirements and instructions are included in the procurement and Tender documents.
II.2.5)

Award criteria

Criteria below
Cost criterion  -  Name:  Cost  /  Weighting:  35
Cost criterion  -  Name:  Quality  /  Weighting:  65
II.2.6)

Estimated value

Value excluding VAT: 15000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
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
II.2.14)

Additional information

Prospective bidders should note that TUPE will apply to the contract. Prospective bidders are advised to seek their own independent advice about the implications of TUPE.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As detailed in the procurement and Tender documents.
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

III.2.2)

Contract performance conditions

As detailed in the procurement and Tender documents.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  27/06/2022
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 25/07/2022
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 9  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

The Contracting Authority reserves the right to cancel the procurement and not to proceed with the contract at any stage of the procurement process. The Contracting Authority also reserves the right not to award the contract. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the contract.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Contracting Authority will observe a 10-day stand still period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK