Tender

RBK Arboricultural Services

  • The Royal Borough of Kingston upon Thames

F02: Contract notice

Notice identifier: 2021/S 000-001476

Procurement identifier (OCID): ocds-h6vhtk-028d1a

Published 25 January 2021, 4:18pm



Section one: Contracting authority

one.1) Name and addresses

The Royal Borough of Kingston upon Thames

Guildhall 2

Kingston upon Thames

KT1 1EU

Email

commissioning@kingston.gov.uk

Telephone

+44 2085475000

Country

United Kingdom

NUTS code

UKI63 - Merton, Kingston upon Thames and Sutton

Internet address(es)

Main address

http://www.kingston.gov.uk

Buyer's address

http://www.kingston.gov.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.procontract.due-north.com

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

RBK Arboricultural Services

Reference number

DN516991

two.1.2) Main CPV code

  • 77211500 - Tree-maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The Royal Borough of Kingston upon Thames is proud of its reputation for being a green and leafy Borough. This pleasant environment is largely down to the many trees in the street and in open spaces. Managing such a valuable resource is a key task for the Authority.

There are approximately 13,000 trees along the Boroughs road’s, along with those in parks, housing estates and corporate sites.

This specification covers the principal areas of work, tree surgery, tree planting and control of invasive pests and diseases where applicable. The core contract and schedule of rates shall cover works on the public highway, parks and open spaces, housing estates, education and corporate sites. The Authority may request quoted works at other sites during the contract period.

The contract for these services will be commissioned using the open procedure under the Public

Contract Regulations 2015.

The duration of the contract will be seven years plus one seven year extension period at the absolute sole discretion of the Authority, creating a contract for a maximum length of 14 years.

two.1.5) Estimated total value

Value excluding VAT: £3,696,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77341000 - Tree pruning
  • 77211500 - Tree-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI63 - Merton, Kingston upon Thames and Sutton

two.2.4) Description of the procurement

The Council requires the provision of an arboricultural service from a single provider for defined sites within the boundary of the borough.

The contract for these services will be commissioned using the open procedure under the Public

Contract Regulations 2015.

The duration of the contract will be seven years plus one seven year extension period at the absolute sole discretion of the Authority, creating a contract for a maximum length of 14 years.

two.2.5) Award criteria

Quality criterion - Name: Mobilisation / Weighting: 9

Quality criterion - Name: Management Methodology / Weighting: 9

Quality criterion - Name: Health & Safety / Weighting: 9

Quality criterion - Name: Management, Quality Control and Social Value / Weighting: 9

Quality criterion - Name: Information, Systems and Technology / Weighting: 9

Quality criterion - Name: Oak Processionary Moth; Treatment and Methodology / Weighting: 6

Quality criterion - Name: Tree Surveying and Inspections / Weighting: 3

Quality criterion - Name: Tree Establishment and Management / Weighting: 6

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,696,000

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

One 84 month extension period at the absolute sole discretion of the Authority, creating a contract for a maximum length of 168 months (14 years)

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The requirements including selection criteria are stated in SSQ, the ITT and in the procurement

documents.

The authority reserves its right to request an indemnity, bank bond or guarantee if the supplier does not meet the required standard for economic and financial standing.

If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the authority. The authority shall require the group to form a legal entity before entering into the contract.

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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

8 March 2021

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

Duration in months: 9 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 March 2021

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Tenderers should note the estimated total contract value excluding VAT:

Range: between 3,696,000 GBP (as per II.1.5 and II.2.6) and 4,335,576 GBP.

six.4) Procedures for review

six.4.1) Review body

The Royal Borough of Kingston upon Thames

Guildhall 2

Kingston upon Thames

KT1 1EU

Email

commissioning@kingston.gov.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with the Public Contract Regulations 2015 the Council will incorporate a minimum 10 calendar day standstill period at the point information on which the contract award decision is communicated to tenderers.