UK-Prescot: Grounds maintenance services.

UK-Prescot: Grounds maintenance services.
Section I: Contracting Authority
I.1) Name and addresses
Fusion21 Members Consortium
Unit 2 Puma Court, Kings Business Park, Prescot, L34 1PJ, United Kingdom
Tel. +44 8453082321, Email: beverley.willis@fusion21.co.uk
Contact: Beverley Willis
Main Address: http://www.fusion21.co.uk, Address of the buyer profile: https://fusion21.delta-esourcing.com/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Prescot:-Grounds-maintenance-services./8SRVJ4F3X9
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/8SRVJ4F3X9 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: A consortium of organisations governed by public law
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Fusion21 Grounds Maintenance Framework-Contract Notice
Reference Number: Not provided
II.1.2) Main CPV Code:
77314000 - Grounds maintenance services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Fusion21 is developing a Framework for the provision of Grounds Maintenance services for use by current and prospective Members. This is a single Lot framework with a broad scope of grounds maintenance services, bidders are not expected to be able to provide the full scope of services.

This procurement exercise is inviting tenders from all interested companies who meet the criteria set out in the tender documentation. Full detail and requirements of accreditation criteria are set out in the Qualification Questionnaire.
II.1.5) Estimated total value:
Value excluding VAT: 85,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
77314000 - Grounds maintenance services.
45112700 - Landscaping work.
45112720 - Landscaping work for sports grounds and recreational areas.
77300000 - Horticultural services.
77310000 - Planting and maintenance services of green areas.
77313000 - Parks maintenance services.
45112711 - Landscaping work for parks.
45112723 - Landscaping work for playgrounds.
77320000 - Sports fields maintenance services.
45212220 - Multi-purpose sports facilities construction work.
45212210 - Single-purpose sports facilities construction work.
45212213 - Sport markings works.
45236119 - Repair work on sports fields.
77312000 - Weed-clearance services.
77330000 - Floral-display services.
77314100 - Grassing services.
39293300 - Artificial grass.
37535200 - Playground equipment.
50870000 - Repair and maintenance services of playground equipment.
43325000 - Park and playground equipment.
90511300 - Litter collection services.
77120000 - Composting services.
77211300 - Tree-clearing services.
77211400 - Tree-cutting services.
77211500 - Tree-maintenance services.
77340000 - Tree pruning and hedge trimming.
45342000 - Erection of fencing.
34928400 - Urban furniture.
45233293 - Installation of street furniture.
34928500 - Street-lighting equipment.
34928000 - Road furniture.
44113900 - Road-maintenance materials.
45111240 - Ground-drainage work.
14410000 - Rock salt.
44113910 - Winter-maintenance materials.
43325100 - Grounds-maintenance equipment.
37412000 - Water-sports equipment.
37535290 - Wall and rope climbing equipment.
37415000 - Athletics equipment.
37416000 - Leisure equipment.
37420000 - Gymnasium equipment.
37440000 - Fitness equipments.
37450000 - Field and court sports equipment.
38221000 - Geographic information systems (GIS or equivalent).

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Fusion21 is looking to renew their current Grounds Maintenance Framework which expires on in June 2022 and launch a new Grounds Maintenance Framework. The scope for this framework includes the following, bidders are not expected to be able to deliver everything listed in this scope of services:
•Hedge cutting & maintenance
•Grass cutting & mowing / Lawn care
•Removal of trees, shrubs or hedges
•Leaf blowing & clearing
•Shrub/perennial/plant bed maintenance;
•Weed control;
•Litter picking;
•Street cleaning
•Gritting and snow clearance / winter maintenance
•Arboriculture work;
•Invasive weeds removal;
•Water feature maintenance;
•Landscaping;
•Fencing;
•Public furniture maintenance (fittings / fixing – benches / bins / signs)
•Car park and line marking
•Maintenance of Playground / Outdoor Equipment
•Installation of Playground / Outdoor Equipment
•Maintenance of synthetic / non-synthetic Sports pitches including Multi Use Game Areas
•Installation of synthetic / non-synthetic Sports pitches including Multi Use Game Areas
•Geographical Information Systems
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality weighting / Weighting: 60

Cost criterion - Name: Price weighting / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 85,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity for Lot 1 you must complete two separate Questionnaires at
the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/8SRVJ4F3X9
2.Complete the tender box (quality and price) for Lot 1 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/G6R25CE8T3


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:
Please refer to the procurement documents for the list of mandatory accreditations.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Framework suppliers will be required to deliver social value outcomes through the delivery of call-off contracts in accordance with Clause 24 of the Framework Agreement.
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: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 15
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2022/S 000 - 000233
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 22/04/2022 Time: 12:00

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 month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 22/04/2022
Time: 12:30
Place:
Fusion21 Ltd, Unit 2 Puma Court, Kings Business Park, Prescot, Merseyside L34 1PJ


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Approximately 12 months before the end of the Framework term.
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Where the contract notice states a maximum of 15 operators to be appointed to the
framework, this means up to 15 within each lot and geographical region. Fusion21 reserves
the right to vary this number and bidders accept this on submission of their bid.

The permissible users able to access this framework can be clearly identified via the
following link: https://www.fusion21.co.uk/frameworks/frameworks-permissible-users/
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Grounds-maintenance-services./8SRVJ4F3X9

To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/8SRVJ4F3X9
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
N/A
N/A, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Cabinet Office
70 Whitehall, London, SW1A 2AS, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 11/03/2022

Annex A