London Boroughs of Richmond and Wandsworth: Tree Supply and Tree Planting Services - 2 lots

  London Boroughs of Richmond and Wandsworth has published this notice through Delta eSourcing

Notice Summary
Title: Tree Supply and Tree Planting Services - 2 lots
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Supplies
Procedure: Open
Short Description: 1.1Wandsworth Borough Council (the “Council”) is inviting tenders from suitably experienced and qualified contractors for the provision of; Lot 1 - Tree Supply Services and Lot 2 - Tree maintenance services
Published: 14/05/2020 12:39

View Full Notice

UK-London: Trees.
Section I: Contracting Authority
      I.1) Name and addresses
             Wandsworth Borough Council
             Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
             Tel. +44 2088716114, Email: valerie.kuijpers@richmondandwandsworth.gov.uk
             Contact: Valerie Kuijpers
             Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.wandsworth.gov.uk
             NUTS Code: UKI34
      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/delta/buyers/tenders/viewTenderStatus.html?id=487808027
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com 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: Tree Supply and Tree Planting Services - 2 lots       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      03452000 - Trees.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: 1.1Wandsworth Borough Council (the “Council”) is inviting tenders from suitably experienced and qualified contractors for the provision of;
Lot 1 - Tree Supply Services and Lot 2 - Tree maintenance services       
      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: 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: Tenderers may bid for both or only one lot.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Tree Supply       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      03450000 - Tree-nursery products.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The Contractor will be required to deliver circa. 600 trees of varying species of suitable height and health, to facilitate the Councils commitment to maintain a significant annual tree planting programme..
      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: 275,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/11/2020 / End: 31/10/2025       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: the term of the proposed contract is 3 years (36 months) with a the option, at the discretion of the Council, to extend the contract by a further period of up to 2 years (24 months).
      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/VYUU67PK47       
II.2) Description Lot No. 2
      
      II.2.1) Title: Tree Planting and Management Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      77211500 - Tree-maintenance services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      
      II.2.4) Description of procurement: The Tree Planting and Management Contractor will be required to manage the planting and maintenance of some 600(+/-) trees in line with The Council's annual tree planting programme which contributes towards enhancing streets, housing estates, parks and open and green spaces.
      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: 175,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/11/2020 / End: 31/10/2025       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The proposed initial contract term is a period of three (3) years (36 months) with the option to
extend for period or periods of up to a further two (2) years (24 months).
      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/343H7R3T7Q       


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:          
      Please refer to tender documentation    
      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.2.2) Contract performance conditions       
      Please refer to tender documentation          
      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 - 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: 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: 30/06/2020 Time: 12:00
            
      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): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 30/06/2020
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=487808063
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, London, London, WC2A 2LL, United Kingdom
       Tel. +44 2088716000
   VI.4.2) Body responsible for mediation procedures:
             Cabinet Office
          Whitehall,, Westminster, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Council will incorporate a minimum 10 calendar day standstill period at the point where contract award is
communicated to tenderers'. Applicants who are unsuccessful shall be informed by the Councils as soon as possible
after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the
award of the contract has not been successfully resolved, The Public contracts Regulations 2015(SI 2015 No. 102)
provide for aggrieved parties who have been harmed or at risk of harm by breach of the rules to take legal action. Any
such action must be brought within the applicable limitation period. Where a contract has not been entered into, the
court may order the setting aside of the award decision or order the authorities to amend any document and may
award damages.
If the contract has been entered into the court may, depending on the circumstances, award damages, make a
declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the contract
be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the courts to set
aside the award decision before the contract is entered into.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Cabinet Office
       70 Whitehall,, Westminster,, London,, SW1A 2AS,, United Kingdom
       Tel. +44 2072761234
   VI.5) Date Of Dispatch Of This Notice: 14/05/2020

Annex A


View any Notice Addenda

View Award Notice

UK-London: Trees.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Wandsworth Borough Council
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 2088716114, Email: valerie.kuijpers@richmondandwandsworth.gov.uk
       Contact: Valerie Kuijpers
       Main Address: https://www.delta-esourcing.com, Address of the buyer profile: https://www.wandsworth.gov.uk
       NUTS Code: UKI34

   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:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Tree Supply and Tree Planting Services - 2 lots            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         03452000 - Trees.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: 1.1Wandsworth Borough Council (the “Council”) for the provision of;
Lot 1 - Tree Supply Services and Lot 2 - Tree maintenance services

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 450,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Tree Supply   
      Lot No:1

      II.2.2) Additional CPV code(s):
            03450000 - Tree-nursery products.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The Contractor will be required to deliver circa. 600 trees of varying species of suitable height and health, to facilitate the Councils commitment to maintain a significant annual tree planting programme..

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:the term of the proposed contract is 3 years (36 months) with a the option, at the discretion of the Council, to extend the contract by a further period of up to 2 years (24 months).

      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/VYUU67PK47

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Tree Planting and Management Services   
      Lot No:2

      II.2.2) Additional CPV code(s):
            77211500 - Tree-maintenance services.


      II.2.3) Place of performance
      Nuts code:
      UKI34 - Wandsworth
   
      Main site or place of performance:
      Wandsworth
             

      II.2.4) Description of the procurement: The Tree Planting and Management Contractor will be required to manage the planting and maintenance of some 600(+/-) trees in line with The Council's annual tree planting programme which contributes towards enhancing streets, housing estates, parks and open and green spaces.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The proposed initial contract term is a period of three (3) years (36 months) with the option to
extend for period or periods of up to a further two (2) years (24 months).

      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/343H7R3T7Q


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: 2020/S 96-230675
      
   

   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: Not Provided    
   Lot Number: 1    
   Title: Tree Supply services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/10/2020

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Barcham Trees Ltd, 02980323
             Eye Hill Drove, Ely, Cambidgeshire, CB7 5XF, United Kingdom
             NUTS Code: UKI34
            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: 275,000          
         Total value of the contract/lot: 294,290
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Tree Maintenance Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/10/2020

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             The Green Garden Company, 03481846
             60 Woodlands Road, Little Bookham, Leatherhead, KT23 4HH, United Kingdom
             NUTS Code: UKI34
            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: 175,000          
         Total value of the contract/lot: 215,910
         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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=542861031

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, London, London, WC2A 2LL, United Kingdom
          Tel. +44 2088716000

      VI.4.2) Body responsible for mediation procedures
          Cabinet Office
          Whitehall,, Westminster, London, SW1A 2AS, United Kingdom
          Tel. +44 2072761234

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Council will incorporate a minimum 10 calendar day standstill period at the point where contract award is
communicated to tenderers'. Applicants who are unsuccessful shall be informed by the Councils as soon as possible
after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the
award of the contract has not been successfully resolved, The Public contracts Regulations 2015(SI 2015 No. 102)
provide for aggrieved parties who have been harmed or at risk of harm by breach of the rules to take legal action. Any
such action must be brought within the applicable limitation period. Where a contract has not been entered into, the
court may order the setting aside of the award decision or order the authorities to amend any document and may
award damages.
If the contract has been entered into the court may, depending on the circumstances, award damages, make a
declaration of ineffectiveness, order the relevant authority to pay a fine, and/or order that the duration of the contract
be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the courts to set
aside the award decision before the contract is entered into.

      VI.4.4) Service from which information about the review procedure may be obtained
          Cabinet Office
          70 Whitehall,, Westminster,, London,, SW1A 2AS,, United Kingdom
          Tel. +44 2072761234

   VI.5) Date of dispatch of this notice: 19/11/2020