Section one: Contracting authority
one.1) Name and addresses
PA Housing Limited
3 Bede Island Road
Leicester
LE2 7EA
Contact
Jon Frowd
jonathan.frowd@pahousing.co.uk
Country
United Kingdom
NUTS code
UKF21 - Leicester
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
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