Provide Arboricultural and Horticultural Services in Redbridge, London
5 Lots. Lot 1: Arboricultural Services: (In the region of fifteen (15) organisations to be appointed).
United Kingdom-Ilford: Horticultural services
2017/S 155-322010
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
7th Floor, Lynton House, 255-259 High Road
Ilford
IG1 1NN
United Kingdom
Contact person: Mr Stephen Potter
Telephone: +44 2087083085
E-mail: steve.potter@redbridge.gov.uk
Fax: +44 2087083716
NUTS code: UKI53
Address of the buyer profile: http://www.redbridge.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework Agreement for the Provision of Arboricultural and Horticultural Services in the London Borough of Redbridge.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Framework Agreement shall commence on 1.12.2017 and, subject to satisfactory performance, shall continue up to and including 30.11.2021 (‘the Framework Period’).
The Framework is divided into five (5) Lots as follows:
Lot 1: Arboricultural Services: (In the region of fifteen (15) organisations to be appointed).
Lot 2: Horticultural and Aboricultural Services (In the region of fifteen (15) organisations to be appointed).
Lot 3: Grass Cutting Operations (In the region of five (5) organisation to be appointed).
Lot 4: Weed Control and Pesticide Treatment: (One (1) organisation to be appointed).
Lot 5: Arboricultural Emergency Service: (One (1) Primary and one (1) Secondary organisation to be appointed).
II.1.5)Estimated total value
II.1.6)Information about lots
Organisations are permitted to tender for any one (1) or more Lots for which they consider they are suitably qualified and experienced. Organisations shall be aware however that appointment to each Lot will be evaluated separately. Therefore appointment to one Lot of the Framework will not automatically mean the organisation is appointed to any other Lot for which it submitted a Tender.
II.2.1)Title:
Arboricultural Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1: Arboricultural Services: (In the region of fifteen (15) organisations to be appointed)
All tree related maintenance operations from ground level and within the tree for pruning and tree removal. The Authority’s estimated expenditure per annum for this Lot is between 100 000 GBP and 200 000 GBP per annum. Organisations shall be aware that the above anticipated expenditure is provided for information and guidance purposes only and should not be considered as the actual expenditure that will apply during the Framework Period.
Tenderers shall be experienced in providing similar services and shall also be required, as part of their Tender, to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a contract of this nature. Also, as a pre-condition to their Tenders being evaluated, Tenderers will have to satisfy the mandatory and discretionary grounds for exclusion contained in the Selection Questionnaire.
The Authority carries out financial appraisals of all organisations that Tender for the Authority’s contracts to ensure that such organisations satisfy the Authority’s minimum standards of economic and financial standing. In this instance the Authority has set the following financial thresholds for Lot 1 Arboricultural Services of a minimum annual turnover of 67 000 GBP in last two (2) years. The Authority has also set a ratio of no lower than 8 out of 20. The Authority retains discretion to exclude any organisation that does not meet this standard.
Organisations are advised that whilst it is the intention of the Authority to utilise the Framework as the primary source of the services covered by each Lot, the Authority reserves the right to obtain the service from alternative sources should this represent best value. Further, appointment of an organisation to any Lot on the Framework does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the Framework Period. All Call-Off Contracts shall be awarded in accordance with the procedures detailed in the Tender Documents (Volume C) and the Specification (Volume B).
Organisations shall be aware that any Call-Off Contract awarded prior to the expiration of the Framework may continue beyond the expiration of the Framework Period. In such circumstances the organisation will be bound by the terms of the Framework and the Call-Off Contract, including but not limited to with regard to the price for the Call-Off Contract, until such time as the Call-Off Contract expires or is terminated by the Authority.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Horticultural and Aboricultural Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2: Horticultural and Aboricultural Services (In the region of fifteen (15) organisations to be appointed)
All grounds maintenance related activities from shrub, Rose and hedge pruning, shrub bed maintenance, ground clearance, tree work at ground level and tree/shrub planting. The estimated annual expenditure for this Lot is estimated between 100 000 GBP and 200 000 GBP per annum.Organisations shall be aware that the above anticipated expenditure is provided for information and guidance purposes only and should not be considered as the actual expenditure that will apply during the Framework Period.
Tenderers shall be experienced in providing similar services and shall also be required, as part of their Tender, to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a contract of this nature. Also, as a pre-condition to their Tenders being evaluated, Tenderers will have to satisfy the mandatory and discretionary grounds for exclusion contained in the Selection Questionnaire.
The Authority carries out financial appraisals of all organisations that Tender for the Authority’s contracts to ensure that such organisations satisfy the Authority’s minimum standards of economic and financial standing. In this instance the Authority has set the following financial thresholds for Lot 2: Horticultural and Aboricultural Services of a minimum annual turnover of 67 000 GBP in last two (2) years. The Authority has also set a ratio of no lower than 8 out of 20. The Authority retains discretion to exclude any organisation that does not meet this standard.
Organisations are advised that whilst it is the intention of the Authority to utilise the Framework as the primary source of the services covered by each Lot, the Authority reserves the right to obtain the service from alternative sources should this represent best value. Further, appointment of an organisation to any Lot on the Framework does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the Framework Period. All Call-Off Contracts shall be awarded in accordance with the procedures detailed in the Tender Documents (Volume C) and the Specification (Volume B).
Organisations shall be aware that any Call-Off Contract awarded prior to the expiration of the Framework may continue beyond the expiration of the Framework Period. In such circumstances the organisation will be bound by the terms of the Framework and the Call-Off Contract, including but not limited to with regard to the price for the Call-Off Contract, until such time as the Call-Off Contract expires or is terminated by the Authority.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Grass Cutting Operations
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 3: Grass Cutting Operations (In the region of five (5) organisation to be appointed)
Amenity grass cutting on the highway and other Authority owned sites. The estimated annual expenditure for this Lot is between 50 000 GBP and 75 000 GBP per annum. Organisations shall be aware that the above anticipated expenditure is provided for information and guidance purposes only and should not be considered as the actual expenditure that will apply during the Framework Period.
Tenderers shall be experienced in providing similar services and shall also be required, as part of their Tender, to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a contract of this nature. Also, as a pre-condition to their Tenders being evaluated, Tenderers will have to satisfy the mandatory and discretionary grounds for exclusion contained in the Selection Questionnaire.
The Authority carries out financial appraisals of all organisations that Tender for the Authority’s contracts to ensure that such organisations satisfy the Authority’s minimum standards of economic and financial standing. In this instance the Authority has set the following financial thresholds for Lot 3: Grass Cutting Operations of a minimum annual turnover of 47 000 GBP in the last two (2) years. The Authority has also set a ratio of no lower than 8 out of 20. The Authority retains discretion to exclude any organisation that does not meet this standard.
Organisations are advised that whilst it is the intention of the Authority to utilise the Framework as the primary source of the services covered by each Lot, the Authority reserves the right to obtain the service from alternative sources should this represent best value. Further, appointment of an organisation to any Lot on the Framework does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the Framework Period. All Call-Off Contracts shall be awarded in accordance with the procedures detailed in the Tender Documents (Volume C) and the Specification (Volume B).
Organisations shall be aware that any Call-Off Contract awarded prior to the expiration of the Framework may continue beyond the expiration of the Framework Period. In such circumstances the organisation will be bound by the terms of the Framework and the Call-Off Contract, including but not limited to with regard to the price for the Call-Off Contract, until such time as the Call-Off Contract expires or is terminated by the Authority.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Weed Control and Pesticide Treatment:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 4: Weed Control and Pesticide Treatment: (One (1) organisation to be appointed)
General applications on footpaths and shrub beds. The estimated annual expenditure for this Lot is between 100 000 GBP and 200 000 GBP per annum. Organisations shall be aware that the above anticipated expenditure is provided for information and guidance purposes only and should not be considered as the actual expenditure that will apply during the Framework Period.
Tenderers shall be experienced in providing similar services and shall also be required, as part of their Tender, to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a contract of this nature. Also, as a pre-condition to their Tenders being evaluated, Tenderers will have to satisfy the mandatory and discretionary grounds for exclusion contained in the Selection Questionnaire.
The Authority carries out financial appraisals of all organisations that Tender for the Authority’s contracts to ensure that such organisations satisfy the Authority’s minimum standards of economic and financial standing. In this instance the Authority has set the following financial thresholds for Lot 4: Weed Control and Pesticide Treatment of a minimum annual turnover of 112 000 GBP in the last two (2) years. The Authority has also set a ratio of no lower than 8 out of 20. The Authority retains discretion to exclude any organisation that does not meet this standard.
Organisations are advised that whilst it is the intention of the Authority to utilise the Framework as the primary source of the services covered by each Lot, the Authority reserves the right to obtain the service from alternative sources should this represent best value. Further, appointment of an organisation to any Lot on the Framework does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the Framework Period. All Call-Off Contracts shall be awarded in accordance with the procedures detailed in the Tender Documents (Volume C) and the Specification (Volume B).
Organisations shall be aware that any Call-Off Contract awarded prior to the expiration of the Framework may continue beyond the expiration of the Framework Period. In such circumstances the organisation will be bound by the terms of the Framework and the Call-Off Contract, including but not limited to with regard to the price for the Call-Off Contract, until such time as the Call-Off Contract expires or is terminated by the Authority.
The Authority considers that the Transfer of Undertakings 2006 as amended by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 (‘TUPE’) are likely to apply to Lot 4: Weed Control and Pesticide Treatment of the Framework Agreement. Organisations will be required to comply with their obligations under TUPE without additional cost to the Authority.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Arboricultural Emergency Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 5: Arboricultural Emergency Service: (One (1) Primary and one (1) Secondary organisation to be appointed).
All tree related maintenance operations from ground level and within the tree for pruning and tree removal.
The estimated annual expenditure for this Lot is estimated at £5,000 per annum. Organisations shall be aware that the above anticipated expenditure is provided for information and guidance purposes only and should not be considered as the actual expenditure that will apply during the Framework Period.
Tenderers shall be experienced in providing similar services and shall also be required, as part of their Tender, to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a contract of this nature. Also, as a pre-condition to their Tenders being evaluated, Tenderers will have to satisfy the mandatory and discretionary grounds for exclusion contained in the Selection Questionnaire.
The Authority carries out financial appraisals of all organisations that Tender for the Authority’s contracts to ensure that such organisations satisfy the Authority’s minimum standards of economic and financial standing. In this instance the Authority has set the following financial thresholds for Lot 5: Arboricultural Emergency Service of a minimum annual turnover of 8 000 GBP in the last two (2) years. The Authority has also set a ratio of no lower than 8 out of 20. The Authority retains discretion to exclude any organisation that does not meet this standard.
Organisations are advised that whilst it is the intention of the Authority to utilise the Framework as the primary source of the services covered by each Lot, the Authority reserves the right to obtain the service from alternative sources should this represent best value. Further, appointment of an organisation to any Lot on the Framework does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the Framework Period. All Call-Off Contracts shall be awarded in accordance with the procedures detailed in the Tender Documents (Volume C) and the Specification (Volume B).
Organisations shall be aware that any Call-Off Contract awarded prior to the expiration of the Framework may continue beyond the expiration of the Framework Period. In such circumstances the organisation will be bound by the terms of the Framework and the Call-Off Contract, including but not limited to with regard to the price for the Call-Off Contract, until such time as the Call-Off Contract expires or is terminated by the Authority.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Lynton House, 255-259 High Road
Ilford
IG1 INY
United Kingdom
E-mail: procurement@redbridge.gov.uk
VI.4.3)Review procedure
The contracting authority will incorporate a minimum ten (10) day calendar day standstill period at the point of information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Additional information should be requested from the contact in Section 1.1. If an appeal regarding the award of contract has not been successfully resolved the Public Contracts Regulations 2015(S1 2015 No 102) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England and Wales).
VI.5)Date of dispatch of this notice:
Related Posts
Supply of Aboricultural Services 2017 – South Gloucestershire Council
Forest Service Tender for Tree Planting Services
Tree Felling and Replanting Tender – Surrey
Arboricultural, Landscaping and Horticultural Training Tender