Section one: Contracting authority
one.1) Name and addresses
PA Housing
Case House, 85-89 High Street, Walton-on-Thames
Surrey
KT12 1DZ
Contact
Procurement Team
Telephone
+44 1689885080
Fax
+44 1689885081
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
Faithorn Farrell Timms
Central Court, 1 Knoll Rise, Orpington
Kent
BR6 0JA
Contact
Procurement Team
Telephone
+44 1689885080
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
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
T1-7099 PA Housing Tree Maintenance Services
two.1.2) Main CPV code
- 77211500 - Tree-maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The provision of a tree maintenance service, including both planned and reactive works.
two.1.5) Estimated total value
Value excluding VAT: £437,300
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
The South
Lot No
1
two.2.2) Additional CPV code(s)
- 77341000 - Tree pruning
- 77211400 - Tree-cutting services
- 77211500 - Tree-maintenance services
- 77211300 - Tree-clearing services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ25 - West Surrey
- UKJ26 - East Surrey
Main site or place of performance
Trees owned and managed by PA Housing across London and the south east.
two.2.4) Description of the procurement
The services required by the contracts, include but are not restricted to:
Pruning, bracing, felling, stump removal, climbing inspections and associated works.
Conduct planned survey tree works on an annual basis in line with the surveys provided.
Conduct reactive tree works as and when required, including bank holidays and out of hours.
Be a tier 1 contractor who ensures full delivery of services and provides sub-contractors, where required, and retains responsibility and liability for any sub-contractors.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £256,000
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 commence in January 2024, and run for a period of three years with the option for renewal, as decided by PA, for an extension of up to a further one year plus one year. The maximum duration of the Contracts is therefore five years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will Invite the following number of Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Section 6.
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 indicative values are based upon the initial three year term and are exclusive of VAT.
two.2) Description
two.2.1) Title
The Midlands
Lot No
2
two.2.2) Additional CPV code(s)
- 77341000 - Tree pruning
- 77211400 - Tree-cutting services
- 77211500 - Tree-maintenance services
- 77211300 - Tree-clearing services
two.2.3) Place of performance
NUTS codes
- UKF14 - Nottingham
- UKF21 - Leicester
- UKF24 - West Northamptonshire
- UKF25 - North Northamptonshire
Main site or place of performance
Trees owned and managed by PA Housing.
two.2.4) Description of the procurement
The services required by the contracts, include but are not restricted to:
Pruning, bracing, felling, stump removal, climbing inspections and associated works.
Conduct planned survey tree works on an annual basis in line with the surveys provided.
Conduct reactive tree works as and when required, including bank holidays and out of hours.
Be a tier 1 contractor who ensures full delivery of services and provides sub-contractors, where required, and retains responsibility and liability for any sub-contractors.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £181,300
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 commence in January 2024, and run for a period of three years with the option for renewal, as decided by PA, for an extension of up to a further one year plus one year. The maximum duration of the Contracts is therefore five years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
It is envisaged that the client will Invite the number of Candidates to Tender, who will have achieved the highest score, out of the maximum points available Part 3 - Section 6.
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 indicative values are based upon the initial three year term and are exclusive of VAT.
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
As detailed in the tender documents.
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
Restricted 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
Originally published as:
Date
27 June 2023
Local time
12:00pm
Changed to:
Date
21 July 2023
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 August 2023
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
All indicative values are based upon the initial three year term and are exclusive of VAT.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=229481.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:229481)
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