Salford City Council : For the Provision of Arboricultural Services

  Salford City Council has published this notice through Delta eSourcing

Notice Summary
Title: For the Provision of Arboricultural Services
Notice type: Contract Notice
Authority: Salford City Council
Nature of contract: Services
Procedure: Open
Short Description: The City of Salford Environment and Community Safety Directorate is currently responsible for the management and maintenance of all the Council’s trees and its Arboricultural Services. The Council now requires an Arboricultural Contractor(s) to carry this work and invites suitably qualified and experienced Contractors to tender for its requirements.
Published: 28/07/2015 10:11

View Full Notice

UK-Salford: Tree-maintenance services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Salford City Council
      Unity House, Chorley Road, Salford, M27 5AW, United Kingdom
      Tel. +44 1616866244, Email: procurement@salford.gov.uk, URL: www.salford.gov.uk
      Attn: Deborah Derbyshire
      Electronic Access URL: www.the-chest.org.uk
      Electronic Submission URL: www.the-chest.org.uk

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local agency/office

   I.3) Main activity:
      General Public Services

   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: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: For the Provision of Arboricultural Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKD3 - Greater Manchester         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
      
      II.1.5)Short description of the contract or purchase:
      Tree-maintenance services. The City of Salford Environment and Community Safety Directorate is currently responsible for the management and maintenance of all the Council’s trees and its Arboricultural Services.

The Council now requires an Arboricultural Contractor(s) to carry this work and invites suitably qualified and experienced Contractors to tender for its requirements.
         
      II.1.6)Common Procurement Vocabulary:
         77211500 - Tree-maintenance services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Not Provided      
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The Service described for the provision of Arboricultural services broadly comprises: -

i)Arboricultural works

ii)Removal / disposal of all arising from any maintenance and tree felling

iii)The provision of a “call out” service

iv)“Emergency” works if requested by the Council.         
         Estimated value excluding VAT: 800,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
      Not Provided      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      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: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   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: SA58      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 20/08/2015
      Time-limit for receipt of requests for documents or for accessing documents: 17:00      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 02/09/2015
         Time: 14:00      
      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 Not Provided      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=153136785
GO-2015728-PRO-6852760 TKR-2015728-PRO-6852759
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Salford City Council
      Unity House, Civic Campus, Chorley Road, Swinton, M27 6AW, United Kingdom
      Tel. +44 1616866244, Email: procurement@salford.gov.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 28/07/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-Salford: Tree-maintenance services.

Section I: Contracting Authority
   Title: UK-Salford: Tree-maintenance services.
   I.1)Name, Addresses and Contact Point(s):
      Salford City Council
      Unity House, Chorley Road, Salford, M27 5AW, United Kingdom
      Tel. +44 1616866244, Email: procurement@salford.gov.uk, URL: www.salford.gov.uk
      Attn: Deborah Derbyshire
      Electronic Access URL: www.the-chest.org.uk
      Electronic Submission URL: www.the-chest.org.uk

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   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: For the Provision of Arboricultural Services      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 1
         
         Region Codes: UKD3 - Greater Manchester         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Tree-maintenance services. The City of Salford Environment and Community Safety Directorate is currently responsible for the management and maintenance of all the Council’s trees and its Arboricultural Services.

The Council now requires an Arboricultural Contractor(s) to carry this work and invites suitably qualified and experienced Contractors to tender for its requirements.
      II.1.5)Common procurement vocabulary:
         77211500 - Tree-maintenance services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Not Provided
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 500,000
         Currency: GBP

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 30
         Price - 70
         
      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: SA58         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2015/S 147 - 271322 of 28/07/2015
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 07/01/2016      
      V.2) Information About Offers
         Number Of Offers Received: 10          
         Number Of Offers Received By Electronic Means: 10       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Gristwood & Toms Limited
         Postal address: Harris Lane, Shenley
         Town: Hertfordshire
         Postal code: WD7 9EG
         Country: United Kingdom
         Email: darren.kilby@gristwoodandtoms.co.uk
         Telephone: +44 3458731500
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 500,000
            Currency: GBP

         If annual or monthly value:
            Number of months: 48
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided    
   VI.2)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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=183551492
GO-2016114-PRO-7576931 TKR-2016114-PRO-7576930   
   VI.3.1)Body responsible for appeal procedures:
      Salford City Council
      Unity House, Civic Campus, Chorley Road, Swinton, M27 6AW, United Kingdom
      Tel. +44 1616866244, Email: procurement@salford.gov.uk
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 14/01/2016