Flagship Housing : Arboriculture services in East Anglia

  Flagship Housing is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Arboriculture services in East Anglia
Notice type: Contract Notice
Authority: Flagship Housing
Nature of contract: Services
Procedure: Open
Short Description: Flagship Group invites you to submit Tender for the creation of ​a framework contract for arboriculture services across Flagship Group portfolio of properties. The requirement is split into two geographical lots – Lot North and Lot South, see Appendix D. The Bidder can bid for one or both Lots. There will be 1-2 suppliers appointed for each lot. Where there are more than one Supplier appointed to the lot, the Supplier which will be approached first with an order will be the first ranked supplier, if the first ranked supplier cannot provide the services, the 2nd ranked supplier will be approached. The initial appointment will be for a period of one year from with options, at Flagship’s sole discretion, to extend for a further one year three times i.e. a maximum overall contract term of four years​. Further details of the Requirement are described in Part 2 of the ITT.
Published: 04/04/2024 16:32

View Full Notice

UK-Norwich: Tree-maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Flagship Housing Group
             31 King Street, Norwich, NR1 1PD, United Kingdom
             Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
             Main Address: https://www.flagship-group.co.uk/
             NUTS Code: UKH1
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Tree-maintenance-services./V76JXNRTK5
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned 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: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Arboriculture services in East Anglia       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      77211500 - Tree-maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Flagship Group invites you to submit Tender for the creation of ​a framework contract for arboriculture services across Flagship Group portfolio of properties. The requirement is split into two geographical lots – Lot North and Lot South, see Appendix D. The Bidder can bid for one or both Lots. There will be 1-2 suppliers appointed for each lot. Where there are more than one Supplier appointed to the lot, the Supplier which will be approached first with an order will be the first ranked supplier, if the first ranked supplier cannot provide the services, the 2nd ranked supplier will be approached. The initial appointment will be for a period of one year from with options, at Flagship’s sole discretion, to extend for a further one year three times i.e. a maximum overall contract term of four years​. Further details of the Requirement are described in Part 2 of the ITT.       
      II.1.5) Estimated total value:
      Value excluding VAT: 400,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Arboriculture Services - North       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      77211300 - Tree-clearing services.
      77211400 - Tree-cutting services.
      77211500 - Tree-maintenance services.
      77340000 - Tree pruning and hedge trimming.
      77341000 - Tree pruning.
      
      II.2.3) Place of performance:
      UKH1 East Anglia
      
      II.2.4) Description of procurement: Flagship Group invites you to submit Tender for the creation of ​a framework contract for arboriculture services across Flagship Group portfolio of properties. The requirement is split into two geographical lots – Lot North and Lot South, see Appendix D. The Bidder can bid for one or both Lots. There will be 1-2 suppliers appointed for each lot. Where there are more than one Supplier appointed to the lot, the Supplier which will be approached first with an order will be the first ranked supplier, if the first ranked supplier cannot provide the services, the 2nd ranked supplier will be approached. The initial appointment will be for a period of one year from with options, at Flagship’s sole discretion, to extend for a further one year three times i.e. a maximum overall contract term of four years​. Further details of the Requirement are described in Part 2 of this ITT. The total value if for the full four year term.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 30
                        
            Cost criterion - Name: Total Bid Value / Weighting: 70
                              
      II.2.6) Estimated value:
      Value excluding VAT: 167,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 12       
      This contract is subject to renewal: Yes       
      Description of renewals: The initial appointment will be for a period of one year with options, at Flagship’s sole discretion, to extend for a further one year three times i.e. a maximum overall contract term of four years​.
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/V76JXNRTK5

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Arboriculture Services - South       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      77211300 - Tree-clearing services.
      77211400 - Tree-cutting services.
      77340000 - Tree pruning and hedge trimming.
      77341000 - Tree pruning.
      
      II.2.3) Place of performance:
      UKH1 East Anglia
      
      II.2.4) Description of procurement: Flagship Group invites you to submit Tender for the creation of ​a framework contract for arboriculture services across Flagship Group portfolio of properties. The requirement is split into two geographical lots – Lot North and Lot South, see Appendix D. The Bidder can bid for one or both Lots. There will be 1-2 suppliers appointed for each lot. Where there are more than one Supplier appointed to the lot, the Supplier which will be approached first with an order will be the first ranked supplier, if the first ranked supplier cannot provide the services, the 2nd ranked supplier will be approached. The initial appointment will be for a period of one year from with options, at Flagship’s sole discretion, to extend for a further one year three times i.e. a maximum overall contract term of four years​. Further details of the Requirement are described in Part 2 of this ITT. The total value if for the full four year term.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 30
                        
            Cost criterion - Name: Total Bid Value / Weighting: 70
                              
      II.2.6) Estimated value:
      Value excluding VAT: 167,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 12       
      This contract is subject to renewal: Yes       
      Description of renewals: The initial appointment will be for a period of one year with options, at Flagship’s sole discretion, to extend for a further one year three times i.e. a maximum overall contract term of four years​.
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/N2H2K7BMF2

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 2           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 10/05/2024 Time: 14:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 10/05/2024
         Time: 14:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 4 years
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Tree-maintenance-services./V76JXNRTK5

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V76JXNRTK5
   VI.4) Procedures for review
   VI.4.1) Review body:
             Flagship Housing Group
       31 King Street, Norwich, NR1 1PD, United Kingdom
       Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
       Internet address: https://www.flagship-group.co.uk/
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 04/04/2024

Annex A


View any Notice Addenda

View Award Notice

UK-Norwich: Tree-maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Flagship Housing Group
       31 King Street, Norwich, NR1 1PD, United Kingdom
       Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
       Main Address: https://www.flagship-group.co.uk/
       NUTS Code: UKH1

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Arboriculture services in East Anglia            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         77211500 - Tree-maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Flagship Group invites you to submit Tender for the creation of ​a framework contract for arboriculture services across Flagship Group portfolio of properties. The requirement is split into two geographical lots – Lot North and Lot South, see Appendix D. The Bidder can bid for one or both Lots. There will be 1-2 suppliers appointed for each lot. Where there are more than one Supplier appointed to the lot, the Supplier which will be approached first with an order will be the first ranked supplier, if the first ranked supplier cannot provide the services, the 2nd ranked supplier will be approached. The initial appointment will be for a period of one year from with options, at Flagship’s sole discretion, to extend for a further one year three times i.e. a maximum overall contract term of four years​. Further details of the Requirement are described in Part 2 of the ITT.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,097,600
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Arboriculture Services - North   
      Lot No:1

      II.2.2) Additional CPV code(s):
            77211300 - Tree-clearing services.
            77211400 - Tree-cutting services.
            77211500 - Tree-maintenance services.
            77340000 - Tree pruning and hedge trimming.
            77341000 - Tree pruning.


      II.2.3) Place of performance
      Nuts code:
      UKH1 - East Anglia
   
      Main site or place of performance:
      East Anglia
             

      II.2.4) Description of the procurement: Flagship Group invites you to submit Tender for the creation of ​a framework contract for arboriculture services across Flagship Group portfolio of properties. The requirement is split into two geographical lots – Lot North and Lot South, see Appendix D. The Bidder can bid for one or both Lots. There will be 1-2 suppliers appointed for each lot. Where there are more than one Supplier appointed to the lot, the Supplier which will be approached first with an order will be the first ranked supplier, if the first ranked supplier cannot provide the services, the 2nd ranked supplier will be approached. The initial appointment will be for a period of one year from with options, at Flagship’s sole discretion, to extend for a further one year three times i.e. a maximum overall contract term of four years​. Further details of the Requirement are described in Part 2 of this ITT. The total value if for the full four year term.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 30
                  
      Cost criterion - Name: Total Bid Value / Weighting: 70
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/V76JXNRTK5

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Arboriculture Services - South   
      Lot No:2

      II.2.2) Additional CPV code(s):
            77211300 - Tree-clearing services.
            77211400 - Tree-cutting services.
            77340000 - Tree pruning and hedge trimming.
            77341000 - Tree pruning.


      II.2.3) Place of performance
      Nuts code:
      UKH1 - East Anglia
   
      Main site or place of performance:
      East Anglia
             

      II.2.4) Description of the procurement: Flagship Group invites you to submit Tender for the creation of ​a framework contract for arboriculture services across Flagship Group portfolio of properties. The requirement is split into two geographical lots – Lot North and Lot South, see Appendix D. The Bidder can bid for one or both Lots. There will be 1-2 suppliers appointed for each lot. Where there are more than one Supplier appointed to the lot, the Supplier which will be approached first with an order will be the first ranked supplier, if the first ranked supplier cannot provide the services, the 2nd ranked supplier will be approached. The initial appointment will be for a period of one year from with options, at Flagship’s sole discretion, to extend for a further one year three times i.e. a maximum overall contract term of four years​. Further details of the Requirement are described in Part 2 of this ITT. The total value if for the full four year term.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 30
                  
      Cost criterion - Name: Total Bid Value / Weighting: 70
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/N2H2K7BMF2

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2024/S 000-011033
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 1    
   Lot Number: 1    
   Title: Arboriculture Services - North

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 03/07/2024

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Golden Tree Surgeons Ltd, 11402040
             The Herbary, Middle Road, Shouldham Thorpe, PE33 0EE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             S. P. Landscapes & Tree Contractors Limited, 03671713
             Arboracre Elms Road, Red Lodge, Bury St Edmunds, IP28 8TD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 548,800          
         Total value of the contract/lot: 548,800
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 2    
   Title: Arboriculture Services - South

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 03/07/2024

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Golden Tree Surgeons Ltd, 11402040
             The Herbary, Middle Road, Shouldham Thorpe, King's Lynn, PE33 0EE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             S. P. Landscapes & Tree Contractors Limited, 03671713
             Arboracre Elms Road, Red Lodge, Bury St Edmunds, IP28 8TD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 548,800          
         Total value of the contract/lot: 548,800
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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. Total contract value is for the full 4 year term.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=873075698

   VI.4) Procedures for review

      VI.4.1) Review body
          Flagship Housing Group
          31 King Street, Norwich, NR1 1PD, United Kingdom
          Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
          Internet address: https://www.flagship-group.co.uk/

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 04/07/2024