Loading page content…
Loading page content…
4 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Please ensure that all documents available and information contained in the notice are read before submitting a bid. The successful supplier will be responsible for delivering both Planned Cyclical Services and Reactive Optional Services. 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. The Client’s Sites are currently located in seventeen (17) Local Authority Areas. The majority are in the Borough of Walsall and has a growing portfolio of Sites in other West Midlands Local Authority areas. Whilst the Client anticipates that the Site volumes and geographical area of operation, shall remain fairly static for each financial Year of the Contract Period, the Client’s portfolio of Premises and associated green space Sites may change by individual Premise and by block as a result of: a) decreases/increases - disposal or Premise/Site transfer; b) increase in portfolio of the Client’s Premises (new Premises/Sites being on-boarded); c) regeneration/ re-purposing, particularly the change in application/use of Sites in respect of the Client’s green space strategy
£8,168,000
Contract value
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: £10m; Public Liability: £10m; Product Liability: £10m; Professional Indemnity: £2m. 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.
£8,168,000
Contract value
Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning; Lot 3 Office & Stores Cleaning Services. Please refer to section 5.3 for instructions on 'How to Submit a Tender'. 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. Please note: ONLY use the Opt Out function if you do not intend to bid for any of the 3 Lots. For example, if you wish to bid for Lot 2 but not Lot 1 or Lot 3, do not use the opt out button. The contracts (Lot 1, 2 and 3) are expected to commence on 1st April 2025 and will be for a period of three (3) years until 31st March 2028, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further five (5) years until 31st March 2033. The successful bidder will be expected to obtain the following insurances if not already held: Employer’s Liability £10m; Public Liability £10m; Product Liability £10m. Section 6 in the ITT explains fully the evaluation process that will be undertaken for this procedure.
£8,761,000
Contract value
Lot 1 - Communal Cleaning Services Lot 2 - External Window Cleaning Services Lot 3 - Office & Stores Cleaning Services Lot 1 Communal Cleaning Services; Lot 2 External Window Cleaning; Lot 3 Office & Stores Cleaning Services. Please refer to section 5.3 in the ITT for instructions on 'How to Submit a Tender'. 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. Please note: ONLY use the Opt Out function if you do not intend to bid for any of the 3 Lots. For example, if you wish to bid for Lot 2 but not Lot 1 or Lot 3, do not use the opt out button. The contracts (Lot1, 2 and 3) are expected to commence on 01 April 2025 and will be for a period of three (3) years until 31 March 2028, with the option to extend, subject to satisfactory performance and in line with the contract conditions, for up to a further five (5) years until 31 March 2033. The successful bidder will be expected to obtain the following insurances if not already held: Employer's Liability £10m; Public Liability £10m; Product Liability £10m Section 6 in the ITT explains fully the evaluation process that will be undertaken for this procedure. 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.
£8,761,000
Contract value