Section one: Contracting authority
one.1) Name and addresses
Winchester City Council
Winchester City Council
Colebrook Street, Winchester
SO23 9LJ
Contact
Jamie Butt
Telephone
+44 000000
Country
United Kingdom
Region code
UKJ35 - South Hampshire
National registration number
00609812
Internet address(es)
Main address
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
Telephone
+44 1962840222
Country
United Kingdom