Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)English Heritage
The Engine House, Fire Fly Avenue, Swindon
Contact point(s): Procurement
SN2 2EH Wilts
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting authority: www.English-Heritage.org.uk
Further information can be obtained from: English Heritage
Eastgate Court, 195-205 High Street
Contact point(s): Andy Turner
For the attention of: Andy Turner
GU1 3EH Guildford
UNITED KINGDOM
Telephone: +44 1483252000
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: English Heritage
Eastgate Court, 195-205 High Street
For the attention of: Andy Turner
GU1 3EH Guildford
UNITED KINGDOM
Telephone: +44 1483252000
E-mail:
Tenders or requests to participate must be sent to: English Heritage
Eastgate Court, 195-205 High Street
For the attention of: Andy Turner
GU1 3EH Guildford
UNITED KINGDOM
Telephone: +44 1483252000
E-mail:
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityGeneral public services
Recreation, culture and religion
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Provision for Grounds Maintenance and Arboricultural Works.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 14: Building-cleaning services and property management services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Grounds maintenance services. Requirement for provision of Grounds Maintenance and Arboricultural works in the regions of; Kent, Sussex, Isle of Wight, Hampshire, Berkshire and Oxfordshire. To be divided in to 3 lots.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Lot 1. Grounds Maintenance for North Kent and East Sussex. 7 year contract.
Lot 2. Arboricultural Works for Kent and East Sussex. 5 year contract.
Lot 3. Arboricultural Works for Hampshire, Isle of Wight, West Sussex, Berkshire and Oxfordshire. 5 year contract.
Estimated value excluding VAT:
Range: between 700 000 and 800 000 GBP
II.2.2)Information about options
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot 1. Grounds Maintenance for North Kent and East Sussex.1)Short description7 year contract term.
Grounds Maintenance works for North Kent and East Susex group of sites, including routine grass cutting, hedge cutting, weed control and other routine tasks. Sites include Bayham Abbey, Battle Abbey, Eynsford Castle, Faversham Stone Chapel, Kits Coty, Lullingstone Roman Villa, Pevensey Castle, St Augustines Abbey, St Augustines Conduit House, St Leonards tower, Sutton Valence Castle, Reculver Roman Tower Rochester Temple Manor,Upnor Castle.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT:
Range: between 400 000 and 500 000 GBP
4)Indication about different date for duration of contract or starting/completion Starting 1.3.2014. Completion 28.2.2021
5)Additional information about lots
Lot No: 2 Lot title: Lot 2. Arboricultural Works for Kent and East Sussex.1)Short description5 year contract term
Arboricultural works called off from a schedule of rates. Sites include Battle Abbey, Bayham Abbey, Bramber Castle, St Augustines Conduit House, St Augustines Abbey, Deal Castle, Dover Castle, Dover Knights Templar Church, Dover Western Heights, Faversham Stone Chapel, Eynsford Castle, Gravesend Milton Chantry, Lullingstone Roman Villa, Pevensey Castle,Reculver Towers, Richborough Roman Fort, Rochester Temple Manor, St Johns Commandery, Upnor Castle and Walmer Castle.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT:
Range: between 100 000 and 125 000 GBP
4)Indication about different date for duration of contract or starting/completion Starting 1.2.2014. Completion 31.1.2019
5)Additional information about lots
Lot No: 3 Lot title: Lot 3. Arboricultural Works for Hampshire, Isle of Wight, West Sussex, Berkshire and Oxfordshire1)Short description5 year contract term
Arboricultural works called off from a schedule of rates. Sites include Appuldurcombe House, bishops Waltham Palace, Boxgrove Priory, Carisbrooke Castle, deddington Castle,, Donnington Castle, Flowerdown Barrows, Fort Cumberland, Fort Brockhurst, Itchen Abbas roman Villa, Minster Lovell Hall, Netley Abbey, Northington Grange, North Hinksey Conduit House, North Leigh Roman Villa, Osborne House, Portchester Castle, Rycote Chapel, Silchester Roman Town, Southwick Priory, Titchfield abbey, Portsmouth Garrison Church, Waverley Abbey and Waylands Smithy.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT:
Range: between 125 000 and 150 000 GBP
4)Indication about different date for duration of contract or starting/completion Starting 1.2.2014. Completion 1.2.2019
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 6
Objective criteria for choosing the limited number of candidates: The6 top scoring suppliers from the pre qualification stage for each lot, will be invited to tender.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:GROUNDS_ARBORICULTURE_SOUTH_SOUTHEAST_2013
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 13.9.2013 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate16.9.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:15.8.2013