Luton Borough Council Aboricultural Services Framework Agreement
Multiple Lots. Tree Maintenance – Lot No: 1.
United Kingdom-Luton: Tree pruning and hedge trimming
2018/S 159-364744
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Town Hall, George Street
Luton
LU1 2BQ
United Kingdom
Contact person: Ms Henrietta Jacobs
Telephone: +44 1582548064
E-mail: henrietta.jacobs@luton.gov.uk
NUTS code: UKH21
Internet address(es):Main address: http://www.luton.gov.uk
Address of the buyer profile: http://www.luton.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Aboricultural Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Luton Borough Council is seeking expressions of interest from suitably qualified contractors to enter into a Framework Agreement for the provision of various Arboriculture services. The opportunity is divided into 5 lots. Any tenderer who submits a tender for lot 5 cannot submit a tender for any other lots, likewise any tenderer who submits a tender for any or all of lots 1 to 4, cannot submits a tender for lot 5. Lot 5 is a stand alone lot than cannot be awarded with any other lot.
II.1.6)Information about lots
The opportunity is divided into 5 lots. Any tenderer who submits a tender for lot 5 cannot submit a tender for any other lots, likewise any tenderer who submits a tender for any or all of lots 1 to 4, cannot submits a tender for lot 5. Lot 5 is a stand alone lot than cannot be awarded with any other lot.
II.2.1)Title:
Tree Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Tree Maintenance
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement will be for an initial period of 3 years (36 month), with an option to extend for an additional 1 year (12 months), at the Council’s discretion subject to performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Tenderers who submit a bid for lot 1 or multiple lots of lots 1 to 4 cannot submit a bid for lot 5.
Lot 1 will have up to 4 providers.
II.2.1)Title:
Hedge Maintenance – Large Hedges
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hedge maintenance – Large hedges.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement will be for an initial period of 3 years (36 month), with an option to extend for an additional 1 year (12 months), at the Council’s discretion subject to performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Tenderers who submit a bid for lot 2 or multiple lots of lots 1 to 4 cannot submit a bid for lot 5.
Lot 2 will have up to 4 providers.
II.2.1)Title:
Specialist Arboriculture Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Specialist arboriculture works.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement will be for an initial period of 3 years (36 month), with an option to extend for an additional 1 year (12 months), at the Council’s discretion subject to performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Tenderers who submit a bid for lot 3 or multiple lots of lots 1 to 4 cannot submit a bid for lot 5.
Lot 3 will be a 1 provider lot. In other words lot 3 will be no more than 1 provider (Single provider lot)
II.2.1)Title:
Nature Conservation Work
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Nature conservation work.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement will be for an initial period of 3 years (36 month), with an option to extend for an additional 1 year (12 months), at the Council’s discretion subject to performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Tenderers who submit a bid for lot 4 or multiple lots of lots 1 to 4 cannot submit a bid for lot 5.
Lot 4 will have a maximum of 4 providers.
II.2.1)Title:
Tree Inspection and Arboriculture Consultancy
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Tree inspection and arboriculture consultancy.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement will be for an initial period of 3 years (36 month), with an option to extend for an additional 1 year (12 months), at the Council’s discretion subject to performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Tenderers who submit a bid for lot 5 cannot submit a bid for any other lots i.e 1 to 4. Submission for lot 5 must be on its on.
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Luton Borough Council
On the tender submission deadline, a member of the procurement/commercial services team will have to break the seal prior to tenders been given to evaluators for evaluation.
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
The Royal Court Of Justice
The Strand London
WC2A 2LL
United Kingdom
Telephone: +44 207946000
VI.5)Date of dispatch of this notice: