Tender

Provision of Tree Maintenance Services (Planned and Reactive)

  • PA Housing Limited

F02: Contract notice

Notice identifier: 2024/S 000-019787

Procurement identifier (OCID): ocds-h6vhtk-047857

Published 28 June 2024, 12:02pm



Section one: Contracting authority

one.1) Name and addresses

PA Housing Limited

3 Bede Island Road

Leicester

LE2 7EA

Contact

Jon Frowd

Email

jonathan.frowd@pahousing.co.uk

Country

United Kingdom

NUTS code

UKF21 - Leicester

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

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

Provision of Tree Maintenance Services (Planned and Reactive)

Reference number

PAPP-0704

two.1.2) Main CPV code

  • 77340000 - Tree pruning and hedge trimming

two.1.3) Type of contract

Services

two.1.4) Short description

PA Housing are going to market for the provision of tree maintenance services. The services will be for planned annual maintenance and ad-hoc reactive works. 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.PA Housing will have two lots split as follows:Lot 1 - South which has approximately 715 sites.Lot 2 - Midlands, which has approximately 533 sites.It is the intention of PA that a maximum of two Contractors will be appointed to the contracts.

two.1.5) Estimated total value

Value excluding VAT: £2,580,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

South

Lot No

1

two.2.2) Additional CPV code(s)

  • 77310000 - Planting and maintenance services of green areas

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West
  • UKI3 - Inner London – West
  • UKJ25 - West Surrey
  • UKI5 - Outer London – East and North East
  • UKI6 - Outer London – South
  • UKJ26 - East Surrey
  • UKH23 - Hertfordshire
  • UKI4 - Inner London – East
Main site or place of performance

The service will be carried out at sites owned by PA Housing in London and the Southeast, known as the South for the purposes of this contract.

two.2.4) Description of the procurement

PA Housing are procuring for tree maintenance services (Planned and Responsive). 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.It is intended that the contracts will commence in January 2025 and run for a period of four years with the option for an extension of up to a further one year plus one year. The maximum duration of the contracts is therefore six years.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,500,000

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

Duration in months

72

This contract is subject to renewal

No

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) Description

two.2.1) Title

Midlands

Lot No

2

two.2.2) Additional CPV code(s)

  • 77310000 - Planting and maintenance services of green areas

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKG33 - Coventry
  • UKF1 - Derbyshire and Nottinghamshire
Main site or place of performance

The service will be carried out at sites owned by PA Housing in Nottinghamshire, Leicestershire, Northamptonshire and outlying locations, known as the Midlands for the purposes of this contract

two.2.4) Description of the procurement

PA Housing are procuring for tree maintenance services (Planned and Responsive). 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.It is intended that the contracts will commence in January 2025 and run for a period of four years with the option for an extension of up to a further one year plus one year. The maximum duration of the contracts is therefore six years.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,080,000

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

Duration in months

72

This contract is subject to renewal

No

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

As set out in the procurement document suite.

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: Yes

four.2) Administrative information

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

Date

2 August 2024

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

2 August 2024

Local time

12:00pm

Place

This will be conducted via an opening ceremony via In-tend


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

London

W2 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will conduct itself in accordance with the Public Contracts Regulations 2015.

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

Cabinet Office

70 Whitehall

London

Sw1A 2AS

Country

United Kingdom