Opportunity

Richmond Housing Partnership Tree Maintenance Services

  • Richmond Housing Partnership Limited

F02: Contract notice

Notice reference: 2021/S 000-005804

Published 22 March 2021, 4:38pm



Section one: Contracting authority

one.1) Name and addresses

Richmond Housing Partnership Limited

8 Waldegrave Road

Teddington

TW11 8GT

Contact

Procurement

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UKI - London

National registration number

IP030939

Internet address(es)

Main address

www.rhp.org.uk

Buyer's address

https://www.sesharedservices.org.uk/esourcing/opportunities

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.in-tend.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Richmond Housing Partnership Tree Maintenance Services

Reference number

RHPES062

two.1.2) Main CPV code

  • 77211500 - Tree-maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The contract is for Tree Maintenance Services and all associated work, at sites owned and managed by Richmond Housing Partnership (RHP). It is intended that the contract will commence in September 2021, and subject to annual reviews, run for a period of two and a half years with the option for renewal, as decided by RHP, for an extension of up to a further three years, subject to satisfactory reviews based upon performance. The maximum duration of the contract is therefore five and a half years. The total contract value in this notice reflects the maximum term, which is not guaranteed and subject to extension by RHP. The estimated value of works for the first six month period of the contract, and subsequent estimated annual value for the second and third years as well as any extension awarded, is £150,000.00.

two.1.5) Estimated total value

Value excluding VAT: £900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77211400 - Tree-cutting services
  • 77211300 - Tree-clearing services
  • 77341000 - Tree pruning

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The contract is for Tree Maintenance Services and all associated work, at sites owned and managed by Richmond Housing Partnership (RHP). It is intended that the contract will commence in September 2021, and subject to annual reviews, run for a period of two and a half years with the option for renewal, as decided by RHP, for an extension of up to a further three years, subject to satisfactory reviews based upon performance. The maximum duration of the contract is therefore five and a half years. The total contract value in this notice reflects the maximum term, which is not guaranteed and subject to extension by RHP. The estimated value of works for the first six month period of the contract, and subsequent estimated annual value for the second and third years as well as any extension awarded, is £150,000.00.

two.2.5) Award criteria

Quality criterion - Name: Technical Submission / Weighting: 60

Cost criterion - Name: Price Submission / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £900,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

30

This contract is subject to renewal

Yes

Description of renewals

It is intended that the contract will commence in September 2021, and subject to annual reviews, run for a period of two and a half years, with the option for renewal, as decided by RHP, for an extension of up to a further three years, subject to satisfactory reviews based upon performance. The maximum duration of the contract is therefore five and a half years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 Tender documentation for all relevant information on requirements relating to enrolment on professional or trade registers.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the Tender documentation for all relevant information.

three.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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 April 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 September 2021

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2026

six.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.

six.4) Procedures for review

six.4.1) Review body

Faithorn Farrell Timms LLP

Central Court, 1 Knoll Rise

Orpington

BR6 0JA

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Royal Courts of Justice

The Strand

LONDON

W2 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority shall comply with the requirements of the Public Contracts Regulations 2015 when notifying Economic Operators of the outcome of this procurement.

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

Teddington

SW1A 2AS

Country

United Kingdom