Charnwood Borough Council : Arboricultural Works

  Charnwood Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Arboricultural Works
Notice type: Contract Notice
Authority: Charnwood Borough Council
Nature of contract: Services
Procedure: Restricted
Short Description: The supply of Arboricultural Services on Council owned property. The sites covered by this Contract include areas of parks and open space, closed churchyards, linear footpaths, woodlands, Council housing land and other sites managed by the Council.
Published: 31/08/2018 10:33
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Loughborough: Tree-maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Charnwood Borough Council
             Southfield Road, Loughborough, LE11 2TU, United Kingdom
             Tel. +44 01509634672, Email: procurement@charnwood.gov.uk
             Contact: David Howkins
             Main Address: https://www.charnwood.gov.uk
             NUTS Code: UKF22
      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: http://www.delta-esourcing.com/tenders/UK-UK-Loughborough:-Tree-maintenance-services./CU4P75MTTV
      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
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Arboricultural Works       
      Reference Number: AW0018
      II.1.2) Main CPV Code:
      77211500 - Tree-maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The supply of Arboricultural Services on Council owned property. The sites covered by this Contract include areas of parks and open space, closed churchyards, linear footpaths, woodlands, Council housing land and other sites managed by the Council.       
      II.1.5) Estimated total value:
      Value excluding VAT: 450,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      77340000 - Tree pruning and hedge trimming.
      77211400 - Tree-cutting services.
      77211300 - Tree-clearing services.
      
      II.2.3) Place of performance:
      UKF22 Leicestershire CC and Rutland
      
      II.2.4) Description of procurement: The supply of Arboricultural Services on Council owned property. The sites covered by this Contract include areas of parks and open space, closed churchyards, linear footpaths, woodlands, Council housing land and other sites managed by the Council. For further details of the types of work and indicative quantities please refer to the Draft Invitation to Tender (ITT) Draft Appendix A and Draft Appendix B documents available with the SQ in the Delta website.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 450,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: Two Options to extend the contract of 12 months each.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 8       
      Objective criteria for choosing the limited number of candidates: The top 5 to 8 highest scoring contractors from the SQ process will be issued with Invitation To Tender (ITT) documents
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend the contract on two occasions of 12 months each
      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: Not provided       


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:          
      All work undertaken by the main contractor and by any sub contractors (if utilised) shall be undertaken by staff who are fully trained and appropriately qualified.    
      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: Yes    

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         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: Yes       
   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: 01/10/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 02/11/2018       
      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:
         Until: 03/03/2019
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: September 2022 or if options to extend exercised September 2024
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   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.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 documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Loughborough:-Tree-maintenance-services./CU4P75MTTV

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/CU4P75MTTV
   VI.4) Procedures for review
   VI.4.1) Review body:
             Charnwood Borough Council
       Southfields Road, Loughborough, LE11 2TU, United Kingdom
       Tel. +44 1509634672, Email: Procurement@charnwood.gov.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: 31/08/2018

Annex A


View any Notice Addenda

View Award Notice