Tender

Tree Surgery Services

  • Borough Council of Kings Lynn and West Norfolk

F02: Contract notice

Notice identifier: 2024/S 000-000630

Procurement identifier (OCID): ocds-h6vhtk-042ba3

Published 9 January 2024, 12:06pm



Section one: Contracting authority

one.1) Name and addresses

Borough Council of Kings Lynn and West Norfolk

Kings Court, Chapel Street

King's Lynn

PE30 1EX

Email

procurementtenders@west-norfolk.gov.uk

Telephone

+44 1553616200

Country

United Kingdom

Region code

UKH16 - North and West Norfolk

National registration number

E07000146

Internet address(es)

Main address

www.west-norfolk.gov.uk

one.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-King%27s-Lynn:-Services-incidental-to-logging./C524EJ9725

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Tree Surgery Services

Reference number

BCKLWN297

two.1.2) Main CPV code

  • 77211000 - Services incidental to logging

two.1.3) Type of contract

Services

two.1.4) Short description

The Borough Council of Kings Lynn and West Norfolk intends to form a Framework Agreement covering 3 separate lots for Arboricultural and Landscape Services.

two.1.5) Estimated total value

Value excluding VAT: £490,000

two.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: 3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

1,2,3

two.2) Description

two.2.1) Title

Arboricultural Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 77211400 - Tree-cutting services
  • 77211300 - Tree-clearing services
  • 77211500 - Tree-maintenance services
  • 71421000 - Landscape gardening services

two.2.3) Place of performance

NUTS codes
  • UKH16 - North and West Norfolk
Main site or place of performance

North and West Norfolk

two.2.4) Description of the procurement

This service involves aspects of Arboricultural work including work to trees that require climbing in order to carry out maintenance work. The majority of programmed and reactive tree pruning and felling work on the highway will be awarded through this Lot.

two.2.5) Award criteria

Quality criterion - Name: Method Statement 1 / Weighting: 20

Quality criterion - Name: Method Statement 2 / Weighting: 10

Quality criterion - Name: Method Statement 3 / Weighting: 5

Quality criterion - Name: Method Statement 4 / Weighting: 5

Cost criterion - Name: Hourly and Daily Rate / Weighting: 40

Cost criterion - Name: Schedule of Rates / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 2026

This contract is subject to renewal

Yes

Description of renewals

The initial contract term is due to expire on 31/03/2026, subject to a option of a 12 month extension, the contract is due to renew on the aforementioned date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Landscape Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 77211400 - Tree-cutting services
  • 77211300 - Tree-clearing services
  • 77211500 - Tree-maintenance services
  • 71421000 - Landscape gardening services

two.2.3) Place of performance

NUTS codes
  • UKH16 - North and West Norfolk
Main site or place of performance

North and West Norfolk

two.2.4) Description of the procurement

This service involves traditional grounds maintenance activities, such as shrub and hedge pruning and also includes various tree related works, such as planting, watering, stump removal and low branch removal that can be undertaken from ground level without the need to climb trees.

two.2.5) Award criteria

Quality criterion - Name: Method Statement 1 / Weighting: 20

Quality criterion - Name: Method Statement 2 / Weighting: 7.5

Quality criterion - Name: Method Statement 3 / Weighting: 7.5

Quality criterion - Name: Method Statement 4 / Weighting: 5

Cost criterion - Name: Hourly and Daily Rate / Weighting: 40

Cost criterion - Name: Schedule of Rates / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 2026

This contract is subject to renewal

Yes

Description of renewals

The initial contract term is due to expire on 31/03/2026, subject to a option of a 12 month extension, the contract is due to renew on the aforementioned date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Arboricultural Emergency Service

Lot No

3

two.2.2) Additional CPV code(s)

  • 77211300 - Tree-clearing services
  • 77211400 - Tree-cutting services
  • 77211500 - Tree-maintenance services
  • 71421000 - Landscape gardening services

two.2.3) Place of performance

NUTS codes
  • UKH16 - North and West Norfolk
Main site or place of performance

North and West Norfolk

two.2.4) Description of the procurement

Emergency call out service 24 hours a day, 7 days a week to attend tree related emergencies. This can include fallen trees and branches that may cause obstruction or other interference that may be due to adverse weather conditions.

two.2.5) Award criteria

Quality criterion - Name: Method Statement 1a / Weighting: 10

Quality criterion - Name: Method Statement 1b / Weighting: 10

Quality criterion - Name: Method Statement 2 / Weighting: 10

Quality criterion - Name: Method Statement 3 / Weighting: 5

Quality criterion - Name: Method Statement 4 / Weighting: 5

Cost criterion - Name: Hourly and Daily Rate / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £40,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 2026

This contract is subject to renewal

Yes

Description of renewals

The initial contract term is due to expire on 31/03/2026, subject to a option of a 12 month extension, the contract is due to renew on the aforementioned date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 February 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30 April 2024

four.2.7) Conditions for opening of tenders

Date

13 February 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2026

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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-King%27s-Lynn:-Services-incidental-to-logging./C524EJ9725" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Services-incidental-to-logging./C524EJ9725

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/C524EJ9725" target="_blank">https://www.delta-esourcing.com/respond/C524EJ9725

GO Reference: GO-202419-PRO-24924546

six.4) Procedures for review

six.4.1) Review body

Monitoring Officer

Borough Council of Kings Lynn and West Norfolk, Kings Court, Chapel Street

Kings Lynn

PE30 1EX

Telephone

+44 1553616200

Country

United Kingdom