- Scope of the procurement
- Lot 1. Grounds Maintenance Services Surrey
- Lot 2. Grounds Maintenance Services West London
- Lot 3. Grounds Maintenance Services East London
- Lot 4. Grounds Maintenance Services South Leicestershire and Northants
- Lot 5. Grounds Maintenance Services Nottingham
- Lot 6. Grounds Maintenance Services Leicester
Section one: Contracting authority
one.1) Name and addresses
PA Housing
3 Bede Island
Leicester
LE27EA
Contact
Dilwyn Evans
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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