Notice Information
Notice Title
Lakeside North Harbour - Grounds Maintenance Term Service
Notice Description
Portsmouth City Council (the 'Council') is inviting expressions of interest from suitably qualified and experienced suppliers to provide grounds maintenance services at Lakeside North Harbour, Portsmouth, PO6 3EN on a partner supplier term contract basis. The Council envisages contract award will be on Monday 10th February 2025 with contract commencement taking place on Tuesday 1st April 2025. The initial contract term will be for 3 years with possibility of extending the term by a further 4 years in increments to be agreed, subject to the agreement and performance of both parties. The form of contract used will be the Council's standard terms for the supply of services amended to take account of contract specific requirements and service levels. The estimated annual value of the contract for delivery for core services is PS225,000. The council is ideally seeking to deliver a saving through this procurement process and as a minimum avoid any cost increases which could impact upon tenant revenues. The Council is therefore setting a fixed cap of no more than PS225,000 per annum that suppliers shortlisted to tender must meet or beat for their bid to be considered. The value of the contract may be adjusted annually to take account of inflation in line with the relevant rate of CPI (Consumer Price Index). Additional non-core activities and minor project works may also be let via the contract at the option of the Council. The value of the additional activities and project work could equate to an additional PS10,000 - PS20,000 per annum, although no guarantee of further work can be provided. The total contract value for the 3-year contract including for inflation in line with current CPI projections of approx. 2%, and inclusion of additional non-core activities and project work, could equate to PS749,798, increasing to PS1,821,399 if the contract is extended to the maximum term of 7 years. The Council will run the procurement process in accordance with the 'Restricted Procedure' as set out within the Public Contracts Regulations (2015) in line with the procurement timetable set out below: - FTS Notice issued - Wednesday 2nd October 2024 - SSQ and procurement documents published on Intend - Wednesday 2nd October 2024 - SSQ submission deadline - Monday 4th November 2024 - ITT and final procurement documents published on Intend Monday 18th November 2024 - Tender return deadline - Friday 20th December 2024 - Notification of preferred bidder - Friday 24th January 2025 - Standstill finish - Friday 7th February 2025 - Contract award - Monday 10th February 2025 - Contract commencement - Tuesday 1st April 2025 The Council will administrate the procurement process using its e-sourcing system In-tend. The In-tend system can be accessed free of charge via the following web link: https://in-tendhost.co.uk/portsmouthcc/aspx/home
Lot Information
Lot 1
LAKESIDE NORTH HARBOUR Lakeside North Harbour is a premium 130-acre business campus in Portsmouth and recent winner of the South Coast Property Workplace of the year award. Home to a variety of international and local companies, including Babcock, Lead Forensics, Markerstudy, Virgin Media and Handelsbanken. Lakeside North Harbour, offers a flexible working space with a range of office suites from 1,000 to 70,000 sq ft, in an impressive environment and boasting many amenities delivering unrivalled community and wellbeing in the perfect environment. Lakeside is a campus that truly extends beyond the office. CORE SCOPE The scope of the Services comprises the provision of labour, equipment, transport, materials and consumables to perform grounds maintenance services, which in summary encompass: * Management of soft landscaping * Hard landscaping * Arboriculture, planting and weed removal * Litter, debris & fly tipping clearance * Green waste management ADDITIONAL SERVICES & PROJECT WORKS At the council's option the supplier may also have the opportunity to deliver additional non-core activities and small project works which may include for: * Hard landscaping * Additional planting * Repairs to end-of-life installations * Bridge repairs * Paving repairs * Drainage repairs * Root removal * Large tree work * Gritting & snow clearing * Sports pitch maintenance * Road sweeping * Pest control KEY OBJECTIVES & PARTNERSHIP WORKING The council will require that the successful supplier works in partnership in order to achieve the following key objectives: * Always facilitate an excellent visitor experience * Always ensure Client/Tenant business continuity * Always meet Client expectations through delivering compliant and satisfactory services * Provide a safe working environment * Deliver proactive and fit for purpose services based on best value * Deliver a high-class service in line with the prestige of Lakeside North Harbour. * Deliver continuous improvement through innovation and added value The Council will be using an output activity-based specification against which contractors will be required to provide a fixed price for delivery of the core activities to the standards specified. This will enable both parties to work pragmatically to achieve overall objectives of site upkeep and standards against a set method, resource and price position.
Options: EXTENSION OF CONTRACT TERM The initial contract term is for 3 years with possibility of extending the term by a further 4 years in increments to be agreed, subject to the agreement and performance of both parties. ADDITIONAL SERVICES & PROJECT WORKS At the council's option the supplier may also have the opportunity to deliver additional non-core activities and small project works which may include for: * Hard landscaping * Additional planting * Repairs to end-of-life installations * Bridge repairs * Paving repairs * Drainage repairs * Root removal * Large tree work * Gritting & snow clearing * Sports pitch maintenance * Road sweeping * Pest control
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-048afe
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031619-2024
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
45111212 - Rock-removal work
45111213 - Site-clearance work
45111220 - Scrub-removal work
45111240 - Ground-drainage work
45112100 - Trench-digging work
45112200 - Soil-stripping work
45112210 - Topsoil-stripping work
45112500 - Earthmoving work
45112700 - Landscaping work
45112710 - Landscaping work for green areas
45112711 - Landscaping work for parks
45112712 - Landscaping work for gardens
45112720 - Landscaping work for sports grounds and recreational areas
45113000 - Siteworks
45233200 - Various surface works
45233222 - Paving and asphalting works
77300000 - Horticultural services
77314000 - Grounds maintenance services
90511300 - Litter collection services
90610000 - Street-cleaning and sweeping services
90620000 - Snow-clearing services
90630000 - Ice-clearing services
90640000 - Gully cleaning and emptying services
90690000 - Graffiti removal services
90721100 - Landscape protection services
90914000 - Car park cleaning services
90922000 - Pest-control services
Notice Value(s)
- Tender Value
- £1,821,399 £1M-£10M
- Lots Value
- £1,821,399 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Oct 20241 years ago
- Submission Deadline
- 4 Nov 2024Expired
- Future Notice Date
- 22 Sep 2024Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Autumn 2027 if extension options are not utilised.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PORTSMOUTH CITY COUNCIL
- Contact Name
- Procurement Service
- Contact Email
- procurement@portsmouthcc.gov.uk
- Contact Phone
- +44 2392688235
Buyer Location
- Locality
- PORTSMOUTH
- Postcode
- PO1 2AL
- Post Town
- Portsmouth
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ31 Portsmouth
- Delivery Location
- TLJ31 Portsmouth
-
- Local Authority
- Portsmouth
- Electoral Ward
- Charles Dickens
- Westminster Constituency
- Portsmouth South
Further Information
Notice URLs
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-h6vhtk-048afe-2024-10-02T22:33:21+01:00",
"date": "2024-10-02T22:33:21+01:00",
"ocid": "ocds-h6vhtk-048afe",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-048afe",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Lakeside North Harbour - Grounds Maintenance Term Service",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "77314000",
"description": "Grounds maintenance services"
},
"mainProcurementCategory": "services",
"description": "Portsmouth City Council (the 'Council') is inviting expressions of interest from suitably qualified and experienced suppliers to provide grounds maintenance services at Lakeside North Harbour, Portsmouth, PO6 3EN on a partner supplier term contract basis. The Council envisages contract award will be on Monday 10th February 2025 with contract commencement taking place on Tuesday 1st April 2025. The initial contract term will be for 3 years with possibility of extending the term by a further 4 years in increments to be agreed, subject to the agreement and performance of both parties. The form of contract used will be the Council's standard terms for the supply of services amended to take account of contract specific requirements and service levels. The estimated annual value of the contract for delivery for core services is PS225,000. The council is ideally seeking to deliver a saving through this procurement process and as a minimum avoid any cost increases which could impact upon tenant revenues. The Council is therefore setting a fixed cap of no more than PS225,000 per annum that suppliers shortlisted to tender must meet or beat for their bid to be considered. The value of the contract may be adjusted annually to take account of inflation in line with the relevant rate of CPI (Consumer Price Index). Additional non-core activities and minor project works may also be let via the contract at the option of the Council. The value of the additional activities and project work could equate to an additional PS10,000 - PS20,000 per annum, although no guarantee of further work can be provided. The total contract value for the 3-year contract including for inflation in line with current CPI projections of approx. 2%, and inclusion of additional non-core activities and project work, could equate to PS749,798, increasing to PS1,821,399 if the contract is extended to the maximum term of 7 years. The Council will run the procurement process in accordance with the 'Restricted Procedure' as set out within the Public Contracts Regulations (2015) in line with the procurement timetable set out below: - FTS Notice issued - Wednesday 2nd October 2024 - SSQ and procurement documents published on Intend - Wednesday 2nd October 2024 - SSQ submission deadline - Monday 4th November 2024 - ITT and final procurement documents published on Intend Monday 18th November 2024 - Tender return deadline - Friday 20th December 2024 - Notification of preferred bidder - Friday 24th January 2025 - Standstill finish - Friday 7th February 2025 - Contract award - Monday 10th February 2025 - Contract commencement - Tuesday 1st April 2025 The Council will administrate the procurement process using its e-sourcing system In-tend. The In-tend system can be accessed free of charge via the following web link: https://in-tendhost.co.uk/portsmouthcc/aspx/home",
"value": {
"amount": 1821399,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "LAKESIDE NORTH HARBOUR Lakeside North Harbour is a premium 130-acre business campus in Portsmouth and recent winner of the South Coast Property Workplace of the year award. Home to a variety of international and local companies, including Babcock, Lead Forensics, Markerstudy, Virgin Media and Handelsbanken. Lakeside North Harbour, offers a flexible working space with a range of office suites from 1,000 to 70,000 sq ft, in an impressive environment and boasting many amenities delivering unrivalled community and wellbeing in the perfect environment. Lakeside is a campus that truly extends beyond the office. CORE SCOPE The scope of the Services comprises the provision of labour, equipment, transport, materials and consumables to perform grounds maintenance services, which in summary encompass: * Management of soft landscaping * Hard landscaping * Arboriculture, planting and weed removal * Litter, debris & fly tipping clearance * Green waste management ADDITIONAL SERVICES & PROJECT WORKS At the council's option the supplier may also have the opportunity to deliver additional non-core activities and small project works which may include for: * Hard landscaping * Additional planting * Repairs to end-of-life installations * Bridge repairs * Paving repairs * Drainage repairs * Root removal * Large tree work * Gritting & snow clearing * Sports pitch maintenance * Road sweeping * Pest control KEY OBJECTIVES & PARTNERSHIP WORKING The council will require that the successful supplier works in partnership in order to achieve the following key objectives: * Always facilitate an excellent visitor experience * Always ensure Client/Tenant business continuity * Always meet Client expectations through delivering compliant and satisfactory services * Provide a safe working environment * Deliver proactive and fit for purpose services based on best value * Deliver a high-class service in line with the prestige of Lakeside North Harbour. * Deliver continuous improvement through innovation and added value The Council will be using an output activity-based specification against which contractors will be required to provide a fixed price for delivery of the core activities to the standards specified. This will enable both parties to work pragmatically to achieve overall objectives of site upkeep and standards against a set method, resource and price position.",
"status": "active",
"value": {
"amount": 1821399,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "EXTENSION OF CONTRACT TERM The initial contract term is for 3 years with possibility of extending the term by a further 4 years in increments to be agreed, subject to the agreement and performance of both parties. ADDITIONAL SERVICES & PROJECT WORKS At the council's option the supplier may also have the opportunity to deliver additional non-core activities and small project works which may include for: * Hard landscaping * Additional planting * Repairs to end-of-life installations * Bridge repairs * Paving repairs * Drainage repairs * Root removal * Large tree work * Gritting & snow clearing * Sports pitch maintenance * Road sweeping * Pest control"
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111212",
"description": "Rock-removal work"
},
{
"scheme": "CPV",
"id": "45111213",
"description": "Site-clearance work"
},
{
"scheme": "CPV",
"id": "45111220",
"description": "Scrub-removal work"
},
{
"scheme": "CPV",
"id": "45111240",
"description": "Ground-drainage work"
},
{
"scheme": "CPV",
"id": "45112100",
"description": "Trench-digging work"
},
{
"scheme": "CPV",
"id": "45112200",
"description": "Soil-stripping work"
},
{
"scheme": "CPV",
"id": "45112210",
"description": "Topsoil-stripping work"
},
{
"scheme": "CPV",
"id": "45112500",
"description": "Earthmoving work"
},
{
"scheme": "CPV",
"id": "45112700",
"description": "Landscaping work"
},
{
"scheme": "CPV",
"id": "45112710",
"description": "Landscaping work for green areas"
},
{
"scheme": "CPV",
"id": "45112711",
"description": "Landscaping work for parks"
},
{
"scheme": "CPV",
"id": "45112712",
"description": "Landscaping work for gardens"
},
{
"scheme": "CPV",
"id": "45112720",
"description": "Landscaping work for sports grounds and recreational areas"
},
{
"scheme": "CPV",
"id": "45113000",
"description": "Siteworks"
},
{
"scheme": "CPV",
"id": "45233200",
"description": "Various surface works"
},
{
"scheme": "CPV",
"id": "45233222",
"description": "Paving and asphalting works"
},
{
"scheme": "CPV",
"id": "77300000",
"description": "Horticultural services"
},
{
"scheme": "CPV",
"id": "90511300",
"description": "Litter collection services"
},
{
"scheme": "CPV",
"id": "90610000",
"description": "Street-cleaning and sweeping services"
},
{
"scheme": "CPV",
"id": "90620000",
"description": "Snow-clearing services"
},
{
"scheme": "CPV",
"id": "90630000",
"description": "Ice-clearing services"
},
{
"scheme": "CPV",
"id": "90640000",
"description": "Gully cleaning and emptying services"
},
{
"scheme": "CPV",
"id": "90690000",
"description": "Graffiti removal services"
},
{
"scheme": "CPV",
"id": "90721100",
"description": "Landscape protection services"
},
{
"scheme": "CPV",
"id": "90914000",
"description": "Car park cleaning services"
},
{
"scheme": "CPV",
"id": "90922000",
"description": "Pest-control services"
}
],
"deliveryAddresses": [
{
"region": "UKJ31"
},
{
"region": "UKJ31"
}
],
"deliveryLocation": {
"description": "Lakeside North Harbour, Portsmouth, PO6 3EN"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2024-09-23T00:00:00+01:00",
"atypicalToolUrl": "https://in-tendhost.co.uk/portsmouthcc/aspx/home"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/portsmouthcc/aspx/home",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2024-11-04T12:00:00Z"
},
"secondStage": {
"invitationDate": "2024-11-18T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": true,
"recurrence": {
"description": "Autumn 2027 if extension options are not utilised."
}
},
"parties": [
{
"id": "GB-FTS-63934",
"name": "Portsmouth City Council",
"identifier": {
"legalName": "Portsmouth City Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Civic Offices,Guildhall Square",
"locality": "PORTSMOUTH",
"region": "UKJ31",
"postalCode": "PO1 2AL",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Procurement Service",
"telephone": "+44 2392688235",
"email": "procurement@portsmouthcc.gov.uk",
"url": "https://in-tendhost.co.uk/portsmouthcc/aspx/home"
},
"roles": [
"buyer"
],
"details": {
"url": "https://in-tendhost.co.uk/portsmouthcc/aspx/home",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-73086",
"name": "Portsmouth City Council",
"identifier": {
"legalName": "Portsmouth City Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Civic Offices, Guildhall Square",
"locality": "PORTSMOUTH",
"region": "UKJ31",
"postalCode": "PO1 2AL",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Procurement Service",
"telephone": "+44 2392688235",
"email": "procurement@portsmouthcc.gov.uk",
"url": "https://in-tendhost.co.uk/portsmouthcc/aspx/home"
},
"roles": [
"buyer"
],
"details": {
"url": "https://in-tendhost.co.uk/portsmouthcc/aspx/home",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-1579",
"name": "The High Court of Justice",
"identifier": {
"legalName": "The High Court of Justice"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079476000"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-73086",
"name": "Portsmouth City Council"
},
"language": "en"
}