Tender

Procurement for the provision of PA Housing Grounds Maintenance contracts

  • PA Housing

F02: Contract notice

Notice identifier: 2022/S 000-009018

Procurement identifier (OCID): ocds-h6vhtk-0329d5

Published 4 April 2022, 4:16pm



The closing date and time has been changed to:

1 July 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

PA Housing

3 Bede Island

Leicester

LE27EA

Contact

Dilwyn Evans

Email

Dilwyn.evans@PAHousing.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://pahousing.co.uk/

one.3) Communication

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

https://in-tendhost.co.uk/pahousing/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/pahousing/aspx/Home

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

Procurement for the provision of PA Housing Grounds Maintenance contracts

Reference number

PAPP-0005

two.1.2) Main CPV code

  • 77314000 - Grounds maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The delivery of Grounds Maintenance services to blocks and communal areas owned and managed by PA Housing.

two.1.5) Estimated total value

Value excluding VAT: £5,880,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
6

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Grounds Maintenance Services Surrey

Lot No

1

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ26 - East Surrey
  • UKJ25 - West Surrey
Main site or place of performance

Grounds Maintenance Services to sites owned and managed by PA Housing in Surrey.

two.2.4) Description of the procurement

The services required by this contract, can include but are not restricted to:(i) Inspection, cleaning, application of preservative and occasional replacement of landscape furniture including bench seats, litter bins, notice boards and signs (ii) Litter Collection, Sweeping and Clearance of Debris (iii) Grass Cutting and Maintenance (iv) Edging (v) Grass Reseeding / Turfing (vi) Supply of Planting Material, mainly shrubs and roses (vii) Shrub Maintenance (viii) Rose Maintenance (ix) Hedge Maintenance (x) Application of pesticides, as required and in accordance with the appropriate legislation(xi) Trees – the lifting of trees to facilitate ease of maintenance when undertaking horticultural operations and emergency works as defined within the specification (xii) Snow Clearing and Gritting(xiii) Maintenance of Children’s Play Areas - to maintain areas and associated items in a safe and good working order in accordance with all Regulations and Standards, to ensure the safety and welfare of all users of the play area

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,750,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the Contracts will start in October 2022 for an initial period of three years with the option for an extension of a further oneyear plus one year, as decided by PA Housing. The maximum duration of the contract is therefore five 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

two.2.14) Additional information

All estimated values and the duration of the contract are based upon the maximum term of five years.

two.2) Description

two.2.1) Title

Grounds Maintenance Services West London

Lot No

2

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West
  • UKI3 - Inner London – West
Main site or place of performance

Properties owned and managed by PA Housing in West London

two.2.4) Description of the procurement

The services required by this contract, can include but are not restricted to:(i) Inspection, cleaning, application of preservative and occasional replacement of landscape furniture including bench seats, litter bins, notice boards and signs (ii) Litter Collection, Sweeping and Clearance of Debris (iii) Grass Cutting and Maintenance (iv) Edging (v) Grass Reseeding / Turfing (vi) Supply of Planting Material, mainly shrubs and roses (vii) Shrub Maintenance (viii) Rose Maintenance (ix) Hedge Maintenance (x) Application of pesticides, as required and in accordance with the appropriate legislation(xi) Trees – the lifting of trees to facilitate ease of maintenance when undertaking horticultural operations and emergency works as defined within the specification (xii) Snow Clearing and Gritting(xiii) Maintenance of Children’s Play Areas - to maintain areas and associated items in a safe and good working order in accordance with all Regulations and Standards, to ensure the safety and welfare of all users of the play area

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £300,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the Contracts will start in October 2022 for an initial period of three years with the option for an extension of a further one year plus one year, as decided by PA Housing. The maximum duration of the contract is therefore five 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

two.2.14) Additional information

All estimated values and the duration of the contract are based upon the maximum term of five years.

two.2) Description

two.2.1) Title

Grounds Maintenance Services East London

Lot No

3

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East
  • UKI5 - Outer London – East and North East
Main site or place of performance

Properties owned and managed by PA Housing in East London

two.2.4) Description of the procurement

The services required by this contract, can include but are not restricted to:(i) Inspection, cleaning, application of preservative and occasional replacement of landscape furniture including bench seats, litter bins, notice boards and signs (ii) Litter Collection, Sweeping and Clearance of Debris (iii) Grass Cutting and Maintenance (iv) Edging (v) Grass Reseeding / Turfing (vi) Supply of Planting Material, mainly shrubs and roses (vii) Shrub Maintenance (viii) Rose Maintenance (ix) Hedge Maintenance (x) Application of pesticides, as required and in accordance with the appropriate legislation(xi) Trees – the lifting of trees to facilitate ease of maintenance when undertaking horticultural operations and emergency works as defined within the specification (xii) Snow Clearing and Gritting(xiii) Maintenance of Children’s Play Areas - to maintain areas and associated items in a safe and good working order in accordance with all Regulations and Standards, to ensure the safety and welfare of all users of the play area

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £285,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the Contracts will start in October 2022 for an initial period of three years with the option for an extension of a further one year plus one year, as decided by PA Housing. The maximum duration of the contract is therefore five 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

two.2.14) Additional information

All estimated values and the duration of the contract are based upon the maximum term of five years.

two.2) Description

two.2.1) Title

Grounds Maintenance Services South Leicestershire and Northants

Lot No

4

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire
Main site or place of performance

Properties owned and managed by PA Housing in South Leicester and Northamptonshire.

two.2.4) Description of the procurement

The services required by this contract, can include but are not restricted to:(i) Inspection, cleaning, application of preservative and occasional replacement of landscape furniture including bench seats, litter bins, notice boards and signs (ii) Litter Collection, Sweeping and Clearance of Debris (iii) Grass Cutting and Maintenance (iv) Edging (v) Grass Reseeding / Turfing (vi) Supply of Planting Material, mainly shrubs and roses (vii) Shrub Maintenance (viii) Rose Maintenance (ix) Hedge Maintenance (x) Application of pesticides, as required and in accordance with the appropriate legislation(xi) Trees – the lifting of trees to facilitate ease of maintenance when undertaking horticultural operations and emergency works as defined within the specification (xii) Snow Clearing and Gritting(xiii) Maintenance of Children’s Play Areas - to maintain areas and associated items in a safe and good working order in accordance with all Regulations and Standards, to ensure the safety and welfare of all users of the play area

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £500,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the Contracts will start in October 2022 for an initial period of three years with the option for an extension of a further one year plus one year, as decided by PA Housing. The maximum duration of the contract is therefore five 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

two.2.14) Additional information

All estimated values and the duration of the contract are based upon the maximum term of five years.

two.2) Description

two.2.1) Title

Grounds Maintenance Services Nottingham

Lot No

5

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKF14 - Nottingham
  • UKF16 - South Nottinghamshire
  • UKF15 - North Nottinghamshire
Main site or place of performance

Properties owned and managed by PA Housing in Nottinghamshire

two.2.4) Description of the procurement

The services required by this contract, can include but are not restricted to:(i) Inspection, cleaning, application of preservative and occasional replacement of landscape furniture including bench seats, litter bins, notice boards and signs (ii) Litter Collection, Sweeping and Clearance of Debris (iii) Grass Cutting and Maintenance (iv) Edging (v) Grass Reseeding / Turfing (vi) Supply of Planting Material, mainly shrubs and roses (vii) Shrub Maintenance (viii) Rose Maintenance (ix) Hedge Maintenance (x) Application of pesticides, as required and in accordance with the appropriate legislation(xi) Trees – the lifting of trees to facilitate ease of maintenance when undertaking horticultural operations and emergency works as defined within the specification (xii) Snow Clearing and Gritting(xiii) Maintenance of Children’s Play Areas - to maintain areas and associated items in a safe and good working order in accordance with all Regulations and Standards, to ensure the safety and welfare of all users of the play area

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the Contracts will start in October 2022 for an initial period of three years with the option for an extension of a further one year plus one year, as decided by PA Housing. The maximum duration of the contract is therefore five 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

two.2.14) Additional information

All estimated values and the duration of the contract are based upon the maximum term of five years.

two.2) Description

two.2.1) Title

Grounds Maintenance Services Leicester

Lot No

6

two.2.2) Additional CPV code(s)

  • 77314000 - Grounds maintenance services

two.2.3) Place of performance

NUTS codes
  • UKF21 - Leicester
Main site or place of performance

Properties owned and managed by PA Housing in Leicester

two.2.4) Description of the procurement

The services required by this contract, can include but are not restricted to:(i) Inspection, cleaning, application of preservative and occasional replacement of landscape furniture including bench seats, litter bins, notice boards and signs (ii) Litter Collection, Sweeping and Clearance of Debris (iii) Grass Cutting and Maintenance (iv) Edging (v) Grass Reseeding / Turfing (vi) Supply of Planting Material, mainly shrubs and roses (vii) Shrub Maintenance (viii) Rose Maintenance (ix) Hedge Maintenance (x) Application of pesticides, as required and in accordance with the appropriate legislation(xi) Trees – the lifting of trees to facilitate ease of maintenance when undertaking horticultural operations and emergency works as defined within the specification (xii) Snow Clearing and Gritting(xiii) Maintenance of Children’s Play Areas - to maintain areas and associated items in a safe and good working order in accordance with all Regulations and Standards, to ensure the safety and welfare of all users of the play area

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £710,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the Contracts will start in October 2022 for an initial period of three years with the option for an extension of a further one year plus one year, as decided by PA Housing. The maximum duration of the contract is therefore five 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

two.2.14) Additional information

All estimated values and the duration of the contract are based upon the maximum term of five years.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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: No

four.2) Administrative information

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

Originally published as:

Date

23 May 2022

Local time

12:00pm

Changed to:

Date

1 July 2022

Local time

12:00pm

See the change notice.

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

English

four.2.7) Conditions for opening of tenders

Date

23 May 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Tenderers applying for all Lots in the South (London and Surrey) will only be permitted to win either Lot 1 or Lot 2 and 3. In the event of the same Tenderer being top placed at the conclusion of the evaluation process the Lots will be awarded as follows:(i) Lot 1 will be awarded to the top placed Tenderer(ii) Lot 2 and Lot 3 will be awarded to the second placed Tenderer (iii) For the avoidance of doubt Tenderers in the South will be permitted to win either Lot 1 or Lot 2 and Lot 3 only. ii. Tenderers applying for all three Midlands Lots will only be permitted to win a maximum of two Lots. In the event that the same Tenderer is top placed at the conclusion of the evaluation process the Lots will be awarded as follows:(i) Lots 4 and 6 will be awarded to the top placed Tenderer(ii) Lot 5 will be awarded to the second placed Tenderer Tenderers applying for both the South (London and Surrey) and the Midlands Lots will only be permitted to win a maximum of two South Lots and two Midlands Lots with the award criteria as set out at i and ii above.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Royal Courts of Justice, The Strand

London

W2 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Royal Courts of Justice, The Strand

London

W2 2LL

Country

United Kingdom

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom