Tender

TMF 2 - Tree Management Framework 2025 - 2029

  • Winchester City Council

F02: Contract notice

Notice identifier: 2024/S 000-009059

Procurement identifier (OCID): ocds-h6vhtk-042d80

Published 20 March 2024, 3:18pm



Section one: Contracting authority

one.1) Name and addresses

Winchester City Council

Winchester City Council

Colebrook Street, Winchester

SO23 9LJ

Contact

Jamie Butt

Email

procurement@winchester.gov.uk

Telephone

+44 000000

Country

United Kingdom

Region code

UKJ35 - South Hampshire

National registration number

00609812

Internet address(es)

Main address

https://www.winchester.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/86482

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=76763&B=WCC

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=76763&B=WCC

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

TMF 2 - Tree Management Framework 2025 - 2029

Reference number

WCC/TMF2/82576

two.1.2) Main CPV code

  • 77211500 - Tree-maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The council is seeking to establish a tree maintenance framework to carry out works across the District (as defined by the map in tender) as directed in line with the council’s annual tree programme. The council is responsible for c.45k trees and small woodlands across open and confined spaces (back gardens). The framework will be multisource with a preferred up to a maximum 6 suppliers over a 4 year period. The estimated total spend for the duration of this framework is within the range — GBP 300 000 to GBP 1,000,000 but this is not guaranteed

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 77211500 - Tree-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ35 - South Hampshire
  • UKJ - South East (England)
  • UK - United Kingdom
Main site or place of performance

The Winchester City Council District

two.2.4) Description of the procurement

Winchester City Council is committed to maintaining and enhancing the district of Winchester’s (as shown in the map in the tender) built and natural environment. Protecting and improving the environment for residents is important. The district’s trees provide an enormous asset, making it one of the greener towns in the south. The council is responsible for c.45k trees and small woodlands that need to be managed to maximise ecological, landscape and social gain whilst being resilient to future pressures such as climate change and disease. Additionally, the council has a duty of care to manage it’s trees in an effective and appropriate manner, to reduce the risk they pose to people and property. The vast majority of trees and woodlands are on publicly accessible land but some will be in confined areas in council tenant’s back gardens. The council are seeking to appoint contractors to a framework for tree maintenance services throughout the year across the district, over a max 4-year period, commencing 1/01/25. This exercise replaces an existing successful framework ending 31/12/24. This framework will operate in a similar way and with contractors working closely with the council's in-house tree surveyors, who will identify and issue orders for the tree works via an industry standard cloud-based system. This system was implemented three years ago to streamline the ordering process. Successful applicants will be required to obtain at least a Contractor's Module licence upon award and retain them throughout the contract. The council have a proactive tree inspection programme with identified risk zones. The framework will service this programme but it will not be exclusive. Works include pruning and felling, with an element of tree planting and other associated works. Additionally, there will be reactive orders following response to enquiries and events, which means a 24 hour/365 day emergency call out service is required. Orders will be spread across the Winchester District area, as shown in the map within the tender. The outcome of this procurement reflects the council’s priorities to tackle climate change, ensure the use of technology to improve customer access, speed up processes, improves service, reduce cost and protect and enhance the environment

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

To be fully detailed in the procurement documents. It is envisaged there will be a maximum 6 providers (minimum 3) on the framework. Candidates will need to complete a Selection Questionnaire containing pass / fail and weighted questions. A minimum pass score will be required along with passes to all pass fail questions to proceed to the tender stage 2. Up to 10 candidates that meet the conditions stated may be invited to the tender following evaluation of Selection Questionnaires (stage 1).

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.2.14) Additional information

Interested parties should register on the link below and complete the Selection Questionnaire only, along with any supporting information by 17:00 on 19/04/2024;

1) https://uk.eu-supply.com/login.asp?B=WCC

2) Click on the 'new supplier registration';

3) Complete the supplier registration form

Further assistance with registration:

email: uksupport@eu-supply.com

Tel: 0800 840 2050 (8am to 5pm)


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

Selection criteria as stated in the procurement documents

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: 6

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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-001416

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

Date

19 April 2024

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 May 2024

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: 1 July 2025


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Interested parties should register their interest in the project via CTM as below. Tenderers will need to complete the Selection Questionnaire along with any supporting within the deadline stated for their application to be considered for be inclusion in the tender process.

To register for the tender and access the tender documents, Tenderers will need to register via the Complete Tender Management system (CTM), which can be accessed using the following link:

https://uk.eu-supply.com/login.asp?B=WCC

To register on CTM, click on the above URL below and follow the instructions 1 and 2:

1) Click on “New supplier registration”

2) Complete the Supplier Registration form.

Please read the further instruction within the tender supplier guidance on the portal and tender documents. If you need any further assistance with registration or have any queries about using CTM, please contact EU Supply as follows:

E-mail: uksupport@eu-supply.com

Telephone: 0800 840 2050 during office hours ONLY (08.00 to 17.00)

six.4) Procedures for review

six.4.1) Review body

London - High Court

Technology and Construction Court

London

EC4A 1NL

Telephone

+44 2079477156

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Service Lead – Legal Services Winchester City Council

City Offices, Colebrook Street

Winchester

SO23 9LJ

Telephone

+44 1962840222

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Service Lead – Legal Services Winchester City Council

City Offices, Colebrook Street

Winchester

SO23 9LJ

Email

procurement@winchester.gov.uk

Telephone

+44 1962840222

Country

United Kingdom