Notice Information
Notice Title
Communal Grounds Maintenance Services
Notice Description
Please ensure that all documents and information contained in the notice are read before submitting a bid. The Authority is managing this procurement process through the whg Pro-Contract "Housing Procurement Portal" https://www.housingprocurement.com/. The successful supplier will be responsible for delivering both Planned Cyclical Services and Reactive Optional Services Communal Grounds Maintenance Service to communal areas of high rise blocks, low rise blocks, bungalow sites, whg head office and miscellaneous areas. Planned Cyclical Services comprised of: Grass Maintenance (Amenity and Naturalised) including Cutting and Edging; Shrub and Herbaceous Bed Maintenance; Flower and Rose Bed Maintenance (including raised flower beds); Hedge Maintenance; Wildflower; Hard Surface Maintenance; Leaf Clearance; Litter and Debris Removal. Which shall vary by season demand and need and could fluctuate according to environmental changes and impacts. Reactive Optional Services which may include for example: Planting Design, Implementation and Establishment (Bedding, Shrubs, Herbaceous, Hedges, Bulbs); Grass Renovations; Habitat Feature Design, Implementation and Establishment; Demolition Site Ground Maintenance; Scrub Management; Invasive Species Management; Any other work not deemed as a Routine Planned Cyclical Service and is to be carried out on the specific instructions of the Contract Administrator. A comprehensive review of its current Communal Grounds Maintenance Service provision has been conducted. Following assessments of Customer requirements, supply market engagement and in recognition of the Client's emerging ESG (Environmental, Social & Governance) and Green Spaces Strategies, we wish to emphasis to potential suppliers that the scope of the Services may continually evolve and may very in requirements over the Contract Period. Additional information: For Grounds Maintenance Services, please refer to section 5.0 in the ITT for Instructions to Potential Suppliers & Conditions of Participation'. The Authority is managing this procurement process through the whg Pro-Contract "Housing Procurement Portal" https://www.housingprocurement.com/. Technical issues should be reported to https://suppliersupport.proactisservicedesk.com/ or suppliersupport@proactisservicedesk.com. The contract is expected to commence on 1st April 2025 and will be for a period of four (4) years until 31st March 2029, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further four (4) years until 31st March 2033. The extension may be a single extension or a series of extensions The successful bidder will be expected to obtain the following insurances if not already held: Employer's Liability: PS10m; Public Liability: PS10m; Product Liability: PS10m; Professional Indemnity: PS2m. The Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) is likely to apply to the Contract. The incumbent supplier has advised that it does apply. Where a potential supplier fails Part 2 of the Selection Questionnaire for Mandatory and Discretionary Exclusion Criteria, or Part 3, this shall result in their tender submission being rejected and the remainder of their submission shall not be evaluated. The Authority will advise the potential supplier that their tender has been excluded. Section 6 in the ITT explains fully the evaluation process that will be undertaken for this procedure.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-9d3da480-23bd-4a12-86fe-76d76ac91057
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/1b6f44a1-ab79-430b-a960-e6b7c64c7736
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
-
- CPV Codes
77314000 - Grounds maintenance services
Notice Value(s)
- Tender Value
- £8,168,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Sep 20241 years ago
- Submission Deadline
- 22 Oct 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2025 - 31 Mar 2033 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WALSALL HOUSING GROUP LIMITED (WHG)
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- WALSALL
- Postcode
- WS1 1AB
- Post Town
- Walsall
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG38 Walsall
- Delivery Location
- TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)
-
- Local Authority
- Walsall
- Electoral Ward
- St Matthew's
- Westminster Constituency
- Walsall and Bloxwich
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/1b6f44a1-ab79-430b-a960-e6b7c64c7736
18th September 2024 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-9d3da480-23bd-4a12-86fe-76d76ac91057-2024-09-18T11:52:24+01:00",
"date": "2024-09-18T11:52:24+01:00",
"ocid": "ocds-b5fd17-9d3da480-23bd-4a12-86fe-76d76ac91057",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "WALLSLIVE-DN735207-16650942",
"title": "Communal Grounds Maintenance Services",
"description": "Please ensure that all documents and information contained in the notice are read before submitting a bid. The Authority is managing this procurement process through the whg Pro-Contract \"Housing Procurement Portal\" https://www.housingprocurement.com/. The successful supplier will be responsible for delivering both Planned Cyclical Services and Reactive Optional Services Communal Grounds Maintenance Service to communal areas of high rise blocks, low rise blocks, bungalow sites, whg head office and miscellaneous areas. Planned Cyclical Services comprised of: Grass Maintenance (Amenity and Naturalised) including Cutting and Edging; Shrub and Herbaceous Bed Maintenance; Flower and Rose Bed Maintenance (including raised flower beds); Hedge Maintenance; Wildflower; Hard Surface Maintenance; Leaf Clearance; Litter and Debris Removal. Which shall vary by season demand and need and could fluctuate according to environmental changes and impacts. Reactive Optional Services which may include for example: Planting Design, Implementation and Establishment (Bedding, Shrubs, Herbaceous, Hedges, Bulbs); Grass Renovations; Habitat Feature Design, Implementation and Establishment; Demolition Site Ground Maintenance; Scrub Management; Invasive Species Management; Any other work not deemed as a Routine Planned Cyclical Service and is to be carried out on the specific instructions of the Contract Administrator. A comprehensive review of its current Communal Grounds Maintenance Service provision has been conducted. Following assessments of Customer requirements, supply market engagement and in recognition of the Client's emerging ESG (Environmental, Social & Governance) and Green Spaces Strategies, we wish to emphasis to potential suppliers that the scope of the Services may continually evolve and may very in requirements over the Contract Period. Additional information: For Grounds Maintenance Services, please refer to section 5.0 in the ITT for Instructions to Potential Suppliers & Conditions of Participation'. The Authority is managing this procurement process through the whg Pro-Contract \"Housing Procurement Portal\" https://www.housingprocurement.com/. Technical issues should be reported to https://suppliersupport.proactisservicedesk.com/ or suppliersupport@proactisservicedesk.com. The contract is expected to commence on 1st April 2025 and will be for a period of four (4) years until 31st March 2029, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further four (4) years until 31st March 2033. The extension may be a single extension or a series of extensions The successful bidder will be expected to obtain the following insurances if not already held: Employer's Liability: PS10m; Public Liability: PS10m; Product Liability: PS10m; Professional Indemnity: PS2m. The Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) is likely to apply to the Contract. The incumbent supplier has advised that it does apply. Where a potential supplier fails Part 2 of the Selection Questionnaire for Mandatory and Discretionary Exclusion Criteria, or Part 3, this shall result in their tender submission being rejected and the remainder of their submission shall not be evaluated. The Authority will advise the potential supplier that their tender has been excluded. Section 6 in the ITT explains fully the evaluation process that will be undertaken for this procedure.",
"datePublished": "2024-09-18T11:52:24+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "77314000",
"description": "Grounds maintenance services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "England",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 8168000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2024-10-22T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2025-04-01T00:00:00+01:00",
"endDate": "2033-03-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/1b6f44a1-ab79-430b-a960-e6b7c64c7736",
"datePublished": "2024-09-18T11:52:24+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-295704",
"name": "Walsall Housing Group Limited (whg)",
"identifier": {
"legalName": "Walsall Housing Group Limited (whg)"
},
"address": {
"streetAddress": "100 Hatherton Street",
"locality": "Walsall",
"postalCode": "WS1 1AB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Louise Green",
"email": "procurement@whgrp.co.uk",
"telephone": "+44 3005556666"
},
"details": {
"url": "http://www.whg.uk.com"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-295704",
"name": "Walsall Housing Group Limited (whg)"
}
}