Tender

T1-7099 PA Housing Tree Maintenance Services

  • PA Housing

F02: Contract notice

Notice identifier: 2023/S 000-015030

Procurement identifier (OCID): ocds-h6vhtk-03cfa6

Published 26 May 2023, 9:37am



The closing date and time has been changed to:

21 July 2023, 12:00pm

See the change notice.

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

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Fax

+44 1689885081

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.pahousing.co.uk/

Buyer's address

https://www.pahousing.co.uk/

one.3) Communication

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

https://www.mytenders.co.uk/

Additional information can be obtained from another address:

Faithorn Farrell Timms

Central Court, 1 Knoll Rise, Orpington

Kent

BR6 0JA

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.effefftee.co.uk

Buyer's address

https://www.pahousing.co.uk/

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

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