By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Tree Maintenance Services and Tree Survey Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Vela Group
Greenbank, Stranton
For the attention of: John McGee
TS24 7QS Hartlepool
UNITED KINGDOM
Telephone: +44 1642947156
E-mail:

Internet address(es):

General address of the contracting authority: https://in-tendhost.co.uk/velagroup/

Address of the buyer profile: www.velagroup.co.uk

Electronic access to information: https://in-tendhost.co.uk/velagroup/

Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/velagroup/

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Tree Maintenance Services and Tree Survey Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKC11

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 348 000 GBP
Frequency and value of the contracts to be awarded: Call off.
II.1.5)Short description of the contract or purchase(s)

Agricultural, forestry, horticultural, aquacultural and apicultural services. Tree-clearing services. Tree-maintenance services. Tree seeding. Tree pruning and hedge trimming. Tree pruning. Hedge trimming. Vela is a major North East Housing Group (www.velagroup.co.uk) and was formed in 2010 as a result of a partnering between social landlords Tristar Homes (www.tristarhomes.co.uk) and Housing Hartlepool (www.housinghartlepool.org.uk), which together has over 17 000 homes and 700 employees.

The majority of our homes are for rent, but also include shared ownership, right to buy, outright sale and sheltered care schemes. Our vision of ‘shaping places, creating communities and changing lives ’is embedded throughout our corporate culture as we aim to become a leading social housing group in the North East.
Vela is seeking to award a Framework Agreement for Tree Maintenance and Tree Survey Services.
Vela would require contractors to carry out all responsive services required to trees on Vela owned land as follows:
- trees situated within gardens of tenanted homes - 17,000 homes,
- on open spaces owned by vela,
- within the grounds of sheltered accommodation owned by Vela.
The services will include but not be limited to:
- tree pruning,
- tree-cutting services,
- tree-clearing services,
- tree-maintenance services,
- advice on services required,
- emergency call out and make safe- 24 hour response,
- crown reduction,
- tree removal,
- stump removal,
- stump grinding,
- removal of waste,
- large shrub removal,
- tree condition survey.
Vela intends to enter into framework agreements to establish a panel of 3 contractors.
The framework agreements will be in place for an initial 3 year period with the option to extend the framework by 1 x 12 month period.
The framework agreement will produce a preferred supplier and 2 approved suppliers. The Vela Group reserves the right to award work either directly to the preferred supplier without the need for further competition and or to undertake a mini competition between all framework suppliers where we feel the volumes and requirements may lend themselves to obtain better value via mini competition.
Works awarded will be via call off as and when required and the client does not guarantee any volumes of works and any total values of works throughout the framework period.
Closing Date and Time for return of tenders is 17:00 on 29th October 2012.
The technical specifications for this opportunity can be found in the tender documentation which will be uploaded to the system once you have expressed your interest.
You must complete the ITT questionnaire and provide all the documents that are requested in the questionnaire. Failure to provide the requested documents will result in your tender failing. Your tender submission should not be qualified in any way.

This tender is conducted by our electronic tendering system in-tend. Please register your interest in this tender via https://in-tendhost.co.uk/velagroup/aspx/Home.

II.1.6)Common procurement vocabulary (CPV)

77000000, 77211300, 77211500, 77211600, 77340000, 77341000, 77342000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As stated in tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As stated in tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html pcr.

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
As stated in tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
As stated in tender documents.
Minimum level(s) of standards possibly required: As stated in tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As stated in tender documents.
Minimum level(s) of standards possibly required:
As stated in tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
VE/TEN/12/368
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 28.10.2012 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
29.10.2012 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 29.10.2012 - 17:01

Place:

Via electronic time lock.

Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 2016.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. GO Reference: GO-2012912-PRO-4231313.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Vela Group
Greenbank
TS24 7QS Hartlepool
UNITED KINGDOM
E-mail:
Telephone: +44 1642947156

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Vela Group will incorporate a minimum 10 calendar-day standstill period at the point information on the award of contractis communicated to tenderers. This periodallows unsuccessful tenderers to seek further debriefing from Vela Group before the contract is entered into.Such information should be requested from the address stated in section I.1 above. If an appeal regardingthe award of Contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006no 5) as amended by the Public Contracts (Amendments) Regulations 2009 (SI 2009 No 2992) provide foraggrieved parties who have been harmed, or are at risk of harm, by a breach of the rules, to take action in theHigh Court (England, Wales andNorthern Ireland). Any such action must be brought promptly. Where a Contracthas not been entered into the Court may order the setting aside of the award decision or order Vela Group toamend any document and may award damages. If the Contract has been entered into the Court may order theineffectiveness of a Contract where serious rule breaches have occurred in addition to any fine, the Court mayinstead provide for alternative penalties, either contract shortening fines or both.
VI.4.3)Service from which information about the lodging of appeals may be obtained

As in VI.4.1

VI.5)Date of dispatch of this notice:
12.9.2012