Forestry Commission is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Pre-plant Treatment of Trees |
Notice type: | Contract Notice |
Authority: | Forestry Commission |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Forestry England will be awarding a framework agreement for pre-plant insecticide treatment of trees in the North England Forest District. The framework is separated into two Lots as follows: Lot 1 - Pre-plant treatment of trees Lot 2 - Tree Material Delivery Detailed descriptions of services required are found in the Specification document |
Published: | 23/06/2020 08:47 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Forestry Commission
620 Bristol Business Park, Coldharbour Lane, Bristol, BS16 1EJ, United Kingdom
Tel. +44 3000674059, Email: sam.harris@forestryengland.uk
Contact: Sam Harris
Main Address: https://www.forestryengland.uk/, Address of the buyer profile: https://www.forestryengland.uk/
NUTS Code: UKK11
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: Yes.
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-Bristol:-Forestry-services./8KE53SNMR2
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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Pre-plant Treatment of Trees
Reference Number: FEE-0736
II.1.2) Main CPV Code:
77200000 - Forestry services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Forestry England will be awarding a framework agreement for pre-plant insecticide treatment of trees in the North England Forest District.
The framework is separated into two Lots as follows:
Lot 1 - Pre-plant treatment of trees
Lot 2 - Tree Material Delivery
Detailed descriptions of services required are found in the Specification document
II.1.5) Estimated total value:
Value excluding VAT: 190,000
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: Pre-plant treatment of trees
Lot No: 1
II.2.2) Additional CPV codes:
77200000 - Forestry services.
II.2.3) Place of performance:
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: Time is imperative to this contract and the successful bidder will need to ensure they are able to meet the demands of the tight treatment schedule whilst also remaining flexible to a changing demand as a result of fluctuating tree supply, demand, available storage and inclement weather conditions.
In normal circumstances treatment will be carried out annually between December and May (with the possibility to extending the treatment window after May if winter weather conditions have significantly delayed the programme).
The estimated total programme is expected to be 1.8 million plants +/- 10% per annum, with the exception of year 1 of the framework where there is a reduced programme of 1.1 million plants.
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: 160,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: Our intention is to award this framework agreement for a period of 2 years.
There will be an option to extend the framework agreement by up to a further two 1 year terms. The maximum time the framework will run for is 4 years (2+1+1) in total.
II.2.10) Information about variants:
Variants will be accepted: No
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: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Tree and Material Delivery
Lot No: 2
II.2.2) Additional CPV codes:
77200000 - Forestry services.
II.2.3) Place of performance:
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: This lot will operate between the beginning of January and the end of April, starting in January 2022.
This is to service is to supplement the deliveries made by the Forestry England staff during busy periods. This lot is valued at approximately £10,000 per annum. Works called off with be at the discretion of Forestry England subject to workload and demand. Forestry England reserves the right to not to award any work under the agreement to any parties.
Each call off for delivery of treated trees will be a minimum of 15,000 trees in bags or boxes. Or multiples of 15,000 for sites requiring multiple trips. Boxes measure 60cm x 40cm x 33cm with an average of 150 trees per box.
Further details can be found in the Specification document
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: 30,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 33
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: 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: 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:
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 a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 29/07/2020 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): 3
IV.2.7) Conditions for opening of tenders:
Date: 29/07/2020
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: June 2024
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
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-Bristol:-Forestry-services./8KE53SNMR2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8KE53SNMR2
VI.4) Procedures for review
VI.4.1) Review body:
Forestry Commission
620 Bristol Business Park, Coldharbour Lane, Bristol, BS16 1EJ, United Kingdom
Tel. +44 3000674059, Email: sam.harris@forestryengland.uk
Internet address: https://www.forestryengland.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:
Forestry Commission
620 Bristol Business Park, Coldharbour Lane, Bristol, BS16 1EJ, United Kingdom
Tel. +44 03000674059, Email: sam.harris@forestryengland.uk
Internet address: https://www.forestryengland.uk/
VI.5) Date Of Dispatch Of This Notice: 23/06/2020
Annex A