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

Grounds Maintenance Services.

  • First published: 04 November 2015
  • Last modified: 04 November 2015

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)

Contents

Summary

OCID:
Published by:
North Wales Police
Authority ID:
AA0472
Publication date:
04 November 2015
Deadline date:
11 December 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NWP/21911- Contract for the Provision of Grounds Maintenance.

NWP/21911- Contract for the Provision of Grounds Maintenance.

Services to both North Wales Police (NWP) and the North Wales Fire and Rescue Service (NWFRS).

Contract Period is for 2 years commencing May 2015 with the option to extend for a further 2 years in multiples not exceeding 12 months

North Wales Police are seeking a suitable supplier to provide grounds maintenance services to properties belonging to both themselves and the NWFRS. The preferred option is a single supplier to provide the service across the whole geographic area but consideration may be given to awarding to more than 1 supplier by regional area if it is economically advantageous. If this were to be considered it would be in 3 areas Western, Central and Eastern.

The NWP property portfolio comprises of approximately 60 properties.

The NWFRS property portfolio comprises of approximately 50 properties.

The Force and Service will require the successful contractor to be able to evidence both their experience and best practice in the areas of horticulture, arboriculture, landscaping and grounds maintenance and the ability to undertake programmed work.

Please note this tender exercise is being undertaken via the EU Supply e tendering portal at:

https://uk.eu-supply.com/login.asp?B=BLUELIGHT Potential suppliers should register free of charge at this site to enable the downloading of the relevant tender documents. Please note that NO correspondence will be entered into outside of this.

Documents available until 7.12.2015

Last date for Questions 9.12.2015

Closing / Return Date 12:00 Friday 11.12.2015.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


North Wales Police on behalf of the Police and Crime Commissioner for North Walesn/a

Force Headquarters, Glan-y -don, Abergele Road, North Wales

Colwyn Bay

LL29 8AW

UK

Procurement Department


+44 1492804247

procurement@nthwales.pnn.police.uk


http://www.north-wales.police.uk

https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/33183

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13769&B=BLUELIGHT

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13769&B=BLUELIGHT
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Grounds Maintenance Services.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

1

II.1.2)

Main site or location of works, place of delivery or performance

Colwyn Bay, North Wales.



UKL

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

NWP/21911- Contract for the Provision of Grounds Maintenance.

NWP/21911- Contract for the Provision of Grounds Maintenance.

Services to both North Wales Police (NWP) and the North Wales Fire and Rescue Service (NWFRS).

Contract Period is for 2 years commencing May 2015 with the option to extend for a further 2 years in multiples not exceeding 12 months

North Wales Police are seeking a suitable supplier to provide grounds maintenance services to properties belonging to both themselves and the NWFRS. The preferred option is a single supplier to provide the service across the whole geographic area but consideration may be given to awarding to more than 1 supplier by regional area if it is economically advantageous. If this were to be considered it would be in 3 areas Western, Central and Eastern.

The NWP property portfolio comprises of approximately 60 properties.

The NWFRS property portfolio comprises of approximately 50 properties.

The Force and Service will require the successful contractor to be able to evidence both their experience and best practice in the areas of horticulture, arboriculture, landscaping and grounds maintenance and the ability to undertake programmed work.

Please note this tender exercise is being undertaken via the EU Supply e tendering portal at:

https://uk.eu-supply.com/login.asp?B=BLUELIGHT Potential suppliers should register free of charge at this site to enable the downloading of the relevant tender documents. Please note that NO correspondence will be entered into outside of this.

Documents available until 7.12.2015

Last date for Questions 9.12.2015

Closing / Return Date 12:00 Friday 11.12.2015.

II.1.6)

Common Procurement Vocabulary (CPV)

77314000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

NWP cannot guarantee any volume or value in respect of this tender all historic detail in relation to this opportunity is contained within the tender documents.

120 000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The right is reserved to require a parent company guarantee and or suitable performance bond or bank guarantees to secure any advance payment/warranty or maintenance as felt appropriate by the Authority.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Payment will be made in accordance with the contract documents.

All payments will be made in Pounds Sterling. However the PCC reserves the right to pay in Euro should it so wish to at a future date.

The PCC shall pay undisputed sums due to the Contractor in cleared funds within 30 days of receipt and agreement of invoices, submitted monthly in arrears, for work completed to the satisfaction of the PCC. All invoices must be clearly marked with the relevant order number. The PCC will not pay any invoice that has an outstanding credit note against it.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

The Contracting Authority reserves the right to require groupings of contractors to take a particular legal form or require a single entity to take primary liability.

Contractors must Evidence of relevant insurances, including Professional Indemnity Insurance.

III.1.4)

Other particular conditions to which the performance of the contract is subject

Conditions in accordance with the contract documents.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:

(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;

(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;

(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;

(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;

(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;

(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;

(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;

(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;

(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering;

l) or any other mandatory requirement of this particular contract as set out in the documentation.

Registration of your company details, free of charge, is required at http://www.bluelight.gov.uk in order to participate in this procurement.

The supplier guide will give all the necessary information needed to register and how to respond to the Notice.

Please advise expression of interest and respond to the Invitation to Tender (ITT) or any Associate PQQ document via the Bluelight portal.

III.2.2)

Economic and financial capacity


Information and formalities necessary for evaluating if the requirements are met: Please refer to the PQQ on the Bluelight e-tendering portal at www.bluelight.gov.uk

Minimum level(s) of standards possibly required: Please refer to the PQQ on the Bluelight e-tendering portal at www.bluelight.gov.uk




III.2.3)

Technical capacity


Please refer to the PQQ on the Bluelight e-tendering portal at www.bluelight.gov.uk

Minimum level(s) of standards possibly required:

Please refer to the PQQ on the Bluelight e-tendering portal at www.bluelight.gov.uk




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

NWP/21911

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 07-12-2015  18:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 11-12-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

006 

IV.3.8)

Conditions for opening tenders



 11-12-2015  12:00

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Head of Procurement

Force Headquarters, Glan y don, North Wales

Colwyn Bay

LL29 8AW

UK

procurement@nthwales.pnn.police.uk


http://www.north-wales.police.uk

Body responsible for mediation procedures


A neutral adviser or mediator shall be chosen by agreement between the parties







http://www.cedr.co.uk

VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 30-10-2015

Coding

Commodity categories

ID Title Parent category
77314000 Grounds maintenance services Planting and maintenance services of green areas

Delivery locations

ID Description
1000 WALES

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:
procurement@nthwales.pnn.police.uk
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.