Tree Safety Work Tender – South England
We will be awarding a Framework for Tree Safety Inspection Work and Tree Surgery Works in South England. 5 Lots.
United Kingdom-Bristol: Agricultural, forestry, horticultural, aquacultural and apicultural services
2018/S 168-382669
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
620 Bristol Business Park, Coldharbour Lane
Bristol
BS16 1EJ
United Kingdom
Contact person: Procurement England
E-mail: procurement.england@forestry.gsi.gov.uk
NUTS code: UK
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework for Tree Safety Work, South England Forest District
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
We will be awarding a framework for Tree Safety Inspection Work and Tree Surgery Works in South England, which will include both programmed work and emergency work.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1 — Wareham, Ringwood and New Forest
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
We will be awarding a framework for Tree Safety Inspection Work and Tree Surgery Works which will include both programmed work and emergency work.
Lot 1 will cover Wareham, Ringwood and New Forest.
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:
Lot 2 — Wareham, Ringwood and New Forest
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
We will be awarding a framework for Tree Safety Inspection Work and Tree Surgery Works which will include both programmed work and emergency work.
Lot 2 will cover Wareham, Ringwood and New Forest.
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:
Lot 3 — Solent (mainland), Micheldever, South Downs and Chiddingfold
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
We will be awarding a framework for Tree Safety Inspection Work and Tree Surgery Works which will include both programmed work and emergency work.
Lot 3 will cover Solent (mainland), Micheldever, South Downs and Chiddingfold.
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:
Lot 4 — Solent (mainland), Micheldever, South Downs and Chiddingfold
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
We will be awarding a framework for Tree Safety Inspection Work and Tree Surgery Works which will include both programmed work and emergency work.
Lot 4 will cover Solent (mainland), Micheldever, South Downs and Chiddingfold.
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:
Lot 5 — Isle of Wight
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
We will be awarding a framework for Tree Safety Inspection Work and Tree Surgery Works which will include both programmed work and emergency work.
Lot 5 will cover Isle of Wight.
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
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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 gain full access to the tender documentation you need to log in to our e-sourcing system. This can be done by using existing Delta eSourcing registration details or by registering via www.forestry.gov.uk/selltous if you have not registered before. Registration is free.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://forestrycommission.delta-esourcing.com/respond/9D97VN7FUH
GO Reference: GO-2018829-PRO-13100359
VI.4.1)Review body
Bristol Business Park, Coldharbour Lane
Bristol
BS16 1EJ
United Kingdom
VI.4.2)Body responsible for mediation procedures
Bloomsbury Square
London
WC1A 2LP
United Kingdom
VI.5)Date of dispatch of this notice: