Tender

P0560_2021 - Arboriculture Services (Non-PFI)

  • Birmingham City Council

F02: Contract notice

Notice identifier: 2021/S 000-002826

Procurement identifier (OCID): ocds-h6vhtk-029271

Published 11 February 2021, 4:19pm



Section one: Contracting authority

one.1) Name and addresses

Birmingham City Council

10 Woodcock Street

Birmingham

B4 7WB

Contact

Corporate Procurement Services

Email

etendering@birmingham.gov.uk

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

www.in-tendhost.co.uk/birminghamcc

one.3) Communication

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

www.in-tendhost.co.uk/birminghamcc

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.in-tendhost.co.uk/birminghamcc

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

P0560_2021 - Arboriculture Services (Non-PFI)

Reference number

P0560_2021

two.1.2) Main CPV code

  • 77211300 - Tree-clearing services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council wishes to establish a Framework Agreement for the provision of non-PFI tree maintenance. The Council has approximately 736,000 trees within its tree stock on land which it is responsible for. All the trees require periodic surveys to determine the required level of maintenance and to ensure that any emergency works are carried out to ensure that the Council adheres to its legal obligations. The framework agreement will be for five (5) years and tendered by two Lots based on geographical areas, one for the north and the other for the south. The Framework will follow the restricted procedure. Bidder’s must be successful at the selection questionnaire stage (SQ) in order to be admitted to the tender stage (ITT).

two.1.5) Estimated total value

Value excluding VAT: £5,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
1

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

North: Perry Barr, Hodge Hill, Ladywood, Sutton Coldfield and Erdington constituencies

Lot No

1

two.2.2) Additional CPV code(s)

  • 77211300 - Tree-clearing services
  • 77211400 - Tree-cutting services
  • 77211500 - Tree-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham

two.2.4) Description of the procurement

North: Perry Barr, Hodge Hill, Ladywood, Sutton Coldfield and Erdington constituencies

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

This contract is subject to renewal

No

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

South: Edgbaston, Yardley, Northfield, Hall Green and Selly Oak constituencies.

Lot No

2

two.2.2) Additional CPV code(s)

  • 77211300 - Tree-clearing services
  • 77211400 - Tree-cutting services
  • 77211500 - Tree-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham

two.2.4) Description of the procurement

South: Edgbaston, Yardley, Northfield, Hall Green and Selly Oak constituencies.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

This contract is subject to renewal

No

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

Details are provided in the tender documentation.

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

Restricted 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

Envisaged maximum number of participants to the framework agreement: 2

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Lifespan of equipment to deliver this service is 5 years

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

16 March 2021

Local time

12:00pm

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Council’s requirement for arboriculture services is wide ranging. The list below has been provided as an indicative list of some or all of the services that will be required under the framework agreements. Actual work will be dependent on tree inspections carried out by the Council’s tree officers and the subsequent issue of a work order. Young Tree Maintenance Formative Pruning Maintenance of Guarding, Support & Irrigation Systems Epicormic Growth Removal Crown Lifting Crown Thinning Crown Reduction Crown Reduction – Obstacles Conservation Deadwood Deadwood Crown Clean Pollard Aerial Inspection Ivy -sever at base Bracing  Tree Felling Silvacultural Felling Trees in Close Proximity to Watercourses Extraction Coppicing Re-coppicing  Stumps Removal Habitat Sticks Stump Treatment Root Pruning Lamp Column/Sign Clearance Hedge Reduction Tree Surveys Tree PlantingThe Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register which will enable you to download all relevant Selection Questionnaire (SQ) documentation. If you are unable to register with In-tend or have any questions or problems on how to use this web site please either email us at: cps@birmingham.gov.uk or call CPS Helpdesk on 0121 464 8000.Your completed SQ submission should be returned by 12:00 noon on 16 March 2021 via the ‘In-tend’ system https://in-tendhost.co.uk/birminghamcc

six.4) Procedures for review

six.4.1) Review body

High Court of Engalnd and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Telephone

+44 2079477882

Country

United Kingdom