RIVA Partnership Ltd: Anglian Learning - Grounds Maintenance Tender

  RIVA Partnership Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Anglian Learning - Grounds Maintenance Tender
Notice type: Contract Notice
Authority: RIVA Partnership Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: Anglian Learning is a growing Multi Academy Trust operating in Cambridgeshire, West Suffolk and North Essex, formed in 2016. The successful tenderer will be required to provide grounds maintenance services at 16 schools (primary and secondary) within the Trust.
Published: 20/08/2024 15:03
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Cambridge: Grounds maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Anglian Learning
             Lode Rd, Cambridge, Cambridge, CB25 9DL, United Kingdom
             Tel. +44 7887915213, Email: rachel.ogrady@rivapartnership.co.uk
             Contact: Rachel OGrady
             Main Address: https://anglianlearning.org/
             NUTS Code: UKH12
      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: No.
      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-Cambridge:-Grounds-maintenance-services./7YJV29R64R
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Anglian Learning - Grounds Maintenance Tender       
      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: Anglian Learning is a growing Multi Academy Trust operating in Cambridgeshire, West Suffolk and North Essex, formed in 2016. The successful tenderer will be required to provide grounds maintenance services at 16 schools (primary and secondary) within the Trust.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,050,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKH12 Cambridgeshire CC
      
      II.2.4) Description of procurement: Anglian Learning is a growing Multi Academy Trust operating in Cambridgeshire, West Suffolk and North Essex, formed in 2016. The Trust currently comprises 6 secondary schools and 10 primary schools, with all schools requiring a 1st January 2025 grounds maintenance contract start (with the exception of Stapleford Community Primary School April 25 and The Pines Primary School (Date TBC). The Trust expects to grow during the period of this contract, including the opening of a new primary school in Waterbeach, currently scheduled for September 2026.

Schools included in this tender:
•BASSINGBOURN VILLAGE COLLEGE
•BOTTISHAM VILLAGE COLLEGE
•BOTTISHAM COMMUNITY PRIMARY SCHOOL
•FEN DITTON COMMUNITY PRIMARY SCHOOL
•HOWARD COMMUNITY ACADEMY
•THE ICKNIELD PRIMARY SCHOOL
•JOYCE FRANKLAND ACADEMY, NEWPORT
•LINTON VILLAGE COLLEGE
•LINTON HEIGHTS JUNIOR SCHOOL
•MARLEIGH PRIMARY ACADEMY
•THE MEADOW PRIMARY SCHOOL
•THE NETHERHALL SCHOOL AND THE OAKES COLLEGE CAMBRIDGE
•THE PINES PRIMARY SCHOOL AND PINECONES PRE SCHOOL
•SAWSTON VILLAGE COLLEGE
•STAPLEFORD COMMUNITY PRIMARY SCHOOL
•WIMBISH PRIMARY ACADEMY

Tender information:
The successful tenderer will be required to provide grounds maintenance services at the above listed schools within Anglian Learning. Please note this is a growing Trust and any schools either already in the Trust but not listed here, or any schools that may join the Trust within this contract period, may join this contract at the client’s discretion.
The contract term being tendered is for three years, 1st January 2025 to 31st December 2027. This is with the exception of Stapleford Community Primary School whereby this contract will commence 1st April 2025, to conclude 31st December 2027 and The Pines Primary School, commence date to be confirmed, to conclude 31st December 2027. There is an option for a further extension period for two further years to 31st December 2029.

Please be advised that the grounds maintenance services are currently contracted to various contractors where the Trust seeks one provider for all schools

The contract shall be fixed price with the contractor invoicing the client via single invoice (with accompanying schedule of breakdown by school) quarterly.

This tender project is seeking to appoint an experienced supplier to maintain and enhance the appearance of the grounds and general campuses at Anglian Learning. The scope of the contract and specification will include but not be limited to:

Maintenance of grassed/ lawned areas, lower beds and borders, maintenance of boundary hedges, shrubs, shrub and plant borders and maintenance of trees (tree canopy to be kept to around 1.8m height).
Cleaning, clearing and maintaining hardstanding areas, Weed/Moss control
Sports pitch marking and maintenance/treatment including Aeration/rolling of sports pitches and seasonal uplift and install of posts
Maintenance of other outdoor facilities as per site specifications.
Arborist services including tree surveys
Seasonal clearing/collection of leaves and debris
Line marking on pitches and for events

The Trust also requires the suppler to have:
A clear and efficient management and contract support structure
Robust, thorough and effective training plans for staff
A clear strategy for staffing the contract, particularly in instances of absence
Agreement to work in conjunction with the Trust to achieve their environmental and sustainability aims
All staff must have an enhanced DBS and comply with the Trusts safeguarding policies.

The Trust expects the highest standards of maintenance to be achieved at all times and seeks a supplier looking to always work in partnership with them
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/01/2025 / End: 31/12/2029       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: Only candidates that meet the minimum selection criteria will will progress to tender stage. A minimum of 5 candidates (or less, in the event less than 5 meet the minimum criteria) and a maximum of 10 candidates, will progress.
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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 please click here: https://www.delta-esourcing.com/respond/7YJV29R64R       


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:          
      Not Provided       
      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          
      Not Provided          
      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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 20/09/2024 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/10/2024       
      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: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   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.
The contracting authority reserves the right not to appoint as a result of this tender process and/ or to cancel this tender process at any time
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Cambridge:-Grounds-maintenance-services./7YJV29R64R

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7YJV29R64R
   VI.4) Procedures for review
   VI.4.1) Review body:
             Anglian Learning
       Cambridge, CB25 9DL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 20/08/2024

Annex A


View any Notice Addenda

View Award Notice