Tree Maintenance Services Knowsley
Framework for the provision of tree and woodland maintenance works and tree related emergency incidents.
UK-Kirkby: Tree maintenance services
2013/S 088-149938
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Knowsley Council
Procurement, 7th Floor, Municipal Building, Cherryfield Drive
For the attention of: Mr Liam Bedson
L32 1TX Kirkby
UNITED KINGDOM
Telephone: +44 1514434246
E-mail: liam.bedson@knowsley.gov.uk
Fax: +44 1514435407
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: www.the-chest.org.uk
Please note that this opportunity is advertised via Due North ‘The Chest’; which is a North West portal fortender/business opportunities. Please use the link below to register for free and you will be able to download thetender and receive alerts for future opportunities within your commodities; https://www.thechest.nwce.gov.uk/cms/cms.nsf/vHomePage/fSection?OpenDocument Once you have registered on the website, please registerinterest in the contract by searching for it under current opportunities. Following receipt of a confirmation e-mail, you will need to access the ‘My Opportunities’ section of the website where you will be able to access anddownload the relevant documentation.Internet address: www.the-chest.org.uk Please also note that documentation will not be available on the chest portal until 07/05/2013
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: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework for the provision of tree and woodland maintenance works and tree related emergency incidents.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code UKD5
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 500 000 and 2 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Knowsley Metropolitan Borough Council on behalf of its Arboricultural team, intends to establish a framework of a maximum of 4 providers for the provision of tree and woodland maintenance works and tree related emergency incidents for 2 years with an option to extend for a further 2 12-month periods.
The agreement will initially be for, but not limited to, Knowsley. Whilst not committed to using this contract, the following organisations may, on a non-exclusive basis, make use of the resulting framework at any time during the term of the framework: St Helens Metropolitan Borough Council, Sefton Metropolitan Borough Council, Wirral Metropolitan Borough Council, Halton Borough Council, Liverpool City Council and Cheshire West and Chester Council.
II.1.6)Common procurement vocabulary (CPV)
77211500, 77211400, 77211300, 77340000, 77000000, 77200000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
20.6.2013 – 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
7.5.2013
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
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Council will incorporate a minimum 10-calendar day standstill period at the point when 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. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be required from the officer named in this contractnotice or in the letter/email providing the information about contract award if different. If an appeal regarding theaward of a contract has not been successfully resolved the Public Contracts Regulation 2006 (SI 2006 No 5)provide for aggrieved parties who have been harmed or are at risk of harm by a breach of rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generallywithin 3 months). Where a contract has not been entered into the court may order the setting aside of the awarddecision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages. The purpose of the standstill period referred to above is toallow parties to apply to the courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.5.2013