Contract

DAERA - Provision of Arboricultural Operation Services

  • DAERA -Forest Service
  • Department of Agriculture Environment and Rural Affairs

F03: Contract award notice

Notice identifier: 2023/S 000-009475

Procurement identifier (OCID): ocds-h6vhtk-038dcb

Published 31 March 2023, 1:42pm



Section one: Contracting authority

one.1) Name and addresses

DAERA -Forest Service

Inishkeen House

Enniskillen

BT74 4EJ

Email

ssdadmin.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Department of Agriculture Environment and Rural Affairs

Dundonald House

Belfast

BT4 3SB

Email

ssdadmin.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DAERA - Provision of Arboricultural Operation Services

Reference number

ID4375300

two.1.2) Main CPV code

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

two.1.3) Type of contract

Services

two.1.4) Short description

DAERA - Provision of Arboricultural Operation Services - DAERA and DFI wishes to establish a framework for the provision of the maintenance of all trees in their care within the following sites: - but may include a small number of other sites throughout NI. • the 3 CAFRE (College of Agriculture, Food and Rural Enterprise) campuses at Enniskillen, Greenmount and Loughry and Glenwherry Hill Farm • 124 Forests throughout Northern Ireland • Northern Ireland Environment Agency owned and managed sites across Northern Ireland and other undetermined sites on private property • DfI Roads and Rivers work sites across Northern Ireland both owned and private lands The Framework will be awarded as a call off, geographically divided into three separate lots. The 6 highest ranking tenderers who pass the evaluation criteria will be listed on the framework for the Lots in which they tendered for. The three lots will consist of two counties each • Lot 1 Fermanagh/ Tyrone • Lot 2 Down/ Armagh • Lot 3 Londonderry/Derry/Antrim

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £4,100,000

two.2) Description

two.2.1) Title

Fermanagh/ Tyrone

Lot No

1

two.2.2) Additional CPV code(s)

  • 77100000 - Agricultural services
  • 77200000 - Forestry services
  • 77340000 - Tree pruning and hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

DAERA - Provision of Arboricultural Operation Services - DAERA and DFI wishes to establish a framework for the provision of the maintenance of all trees in their care within the following sites: - but may include a small number of other sites throughout NI. • the 3 CAFRE (College of Agriculture, Food and Rural Enterprise) campuses at Enniskillen, Greenmount and Loughry and Glenwherry Hill Farm • 124 Forests throughout Northern Ireland • Northern Ireland Environment Agency owned and managed sites across Northern Ireland and other undetermined sites on private property • DfI Roads and Rivers work sites across Northern Ireland both owned and private lands The Framework will be awarded as a call off, geographically divided into three separate lots. The 6 highest ranking tenderers who pass the evaluation criteria will be listed on the framework for the Lots in which they tendered for. The three lots will consist of two counties each • Lot 1 Fermanagh/ Tyrone • Lot 2 Down/ Armagh • Lot 3 Londonderry/Derry/Antrim

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Cost criterion - Name: Price / Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

The Framework is for initial 2 year period with an option to extend for a further 2 years

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

Down/ Armagh

Lot No

2

two.2.2) Additional CPV code(s)

  • 77100000 - Agricultural services
  • 77200000 - Forestry services
  • 77340000 - Tree pruning and hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

DAERA - Provision of Arboricultural Operation Services - DAERA and DFI wishes to establish a framework for the provision of the maintenance of all trees in their care within the following sites: - but may include a small number of other sites throughout NI. • the 3 CAFRE (College of Agriculture, Food and Rural Enterprise) campuses at Enniskillen, Greenmount and Loughry and Glenwherry Hill Farm • 124 Forests throughout Northern Ireland • Northern Ireland Environment Agency owned and managed sites across Northern Ireland and other undetermined sites on private property • DfI Roads and Rivers work sites across Northern Ireland both owned and private lands The Framework will be awarded as a call off, geographically divided into three separate lots. The 6 highest ranking tenderers who pass the evaluation criteria will be listed on the framework for the Lots in which they tendered for. The three lots will consist of two counties each • Lot 1 Fermanagh/ Tyrone • Lot 2 Down/ Armagh • Lot 3 Londonderry/Derry/Antrim

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Cost criterion - Name: price / Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

The Framework is for initial 2 year period with an option to extend for a further 2 years

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

Londonderry/Derry/Antrim

Lot No

3

two.2.2) Additional CPV code(s)

  • 77100000 - Agricultural services
  • 77200000 - Forestry services
  • 77340000 - Tree pruning and hedge trimming

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

DAERA - Provision of Arboricultural Operation Services - DAERA and DFI wishes to establish a framework for the provision of the maintenance of all trees in their care within the following sites: - but may include a small number of other sites throughout NI. • the 3 CAFRE (College of Agriculture, Food and Rural Enterprise) campuses at Enniskillen, Greenmount and Loughry and Glenwherry Hill Farm • 124 Forests throughout Northern Ireland • Northern Ireland Environment Agency owned and managed sites across Northern Ireland and other undetermined sites on private property • DfI Roads and Rivers work sites across Northern Ireland both owned and private lands The Framework will be awarded as a call off, geographically divided into three separate lots. The 6 highest ranking tenderers who pass the evaluation criteria will be listed on the framework for the Lots in which they tendered for. The three lots will consist of two counties each • Lot 1 Fermanagh/ Tyrone • Lot 2 Down/ Armagh • Lot 3 Londonderry/Derry/Antrim

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Cost criterion - Name: Price / Weighting: 70

two.2.11) Information about options

Options: Yes

Description of options

The Framework is for initial 2 year period with an option to extend for a further 2 years

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 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

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: 2022/S 000-035518


Section five. Award of contract

Contract No

1

Lot No

1

Title

Fermanagh/ Tyrone

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 March 2023

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 6

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

GREENTOWN ENVIRONMENTAL LTD

63 Marble Arch Road

ENNISKILLEN

BT92 1DE

Email

info@greentownenvironmental.com

Telephone

+44 02866349989

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

R M GREENKEEPER LTD

UNIT C1 KILCRONAGH ROAD

COOKSTOWN

BT80 9HG

Email

kyle@rmgreenkeepers.com

Telephone

+44 02886758971

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

NORTHERN TREE SERVICES LTD

HORSEPARK HOUSE MAGHERAGALL

LISBURN

BT28 2QU

Email

derek_northerntrees@btconnect.com

Telephone

+44 07788146913

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

McAuley Tree Surgery

37 Vow Road

BALLYMONEY

BT53 7PB

Email

Info@mcauleytreesurgery.co.uk

Telephone

+44 07730369689

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

LANDSCAPING CENTRE LTD

181B Templepatrick Road

Ballyclare

BT39 0RA

Email

trevor.spence@idverde.co.uk

Telephone

+44 02894432051

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

MURPHYS TREE SERVICE LTD

10 New Line

Donaghadee

BT21 0LX

Email

murphyphil@hotmail.co.uk

Telephone

+44 07525378126

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,700,000

Total value of the contract/lot: £1,700,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

Down/ Armagh

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 March 2023

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 6

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

GREENTOWN ENVIRONMENTAL LTD

63 Marble Arch Road

ENNISKILLEN

BT92 1DE

Email

info@greentownenvironmental.com

Telephone

+44 02866349989

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

R M GREENKEEPER LTD

UNIT C1 KILCRONAGH ROAD

COOKSTOWN

BT80 9HG

Email

kyle@rmgreenkeepers.com

Telephone

+44 02886758971

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

NORTHERN TREE SERVICES LTD

HORSEPARK HOUSE MAGHERAGALL

LISBURN

BT28 2QU

Email

derek_northerntrees@btconnect.com

Telephone

+44 07788146913

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

McAuley Tree Surgery

37 Vow Road

BALLYMONEY

BT53 7PB

Email

Info@mcauleytreesurgery.co.uk

Telephone

+44 07730369689

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

MURPHYS TREE SERVICE LTD

10 New Line

Donaghadee

BT21 0LX

Email

murphyphil@hotmail.co.uk

Telephone

+44 07525378126

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

LANDSCAPING CENTRE LTD

181B Templepatrick Road

Ballyclare

BT39 0RA

Email

trevor.spence@idverde.co.uk

Telephone

+44 02894432051

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,200,000

Total value of the contract/lot: £1,200,000


Section five. Award of contract

Contract No

3

Lot No

3

Title

Londonderry/Derry/Antrim

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 March 2023

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 6

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 6

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

R M GREENKEEPER LTD

UNIT C1 KILCRONAGH ROAD

COOKSTOWN

BT80 9HG

Email

kyle@rmgreenkeepers.com

Telephone

+44 02886758971

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

NORTHERN TREE SERVICES LTD

HORSEPARK HOUSE MAGHERAGALL

LISBURN

BT28 2QU

Email

derek_northerntrees@btconnect.com

Telephone

+44 07788146913

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

GREENTOWN ENVIRONMENTAL LTD

63 Marble Arch Road

ENNISKILLEN

BT92 1DE

Email

info@greentownenvironmental.com

Telephone

+44 02866349989

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

McAuley Tree Surgery

37 Vow Road

BALLYMONEY

BT53 7PB

Email

Info@mcauleytreesurgery.co.uk

Telephone

+44 07730369689

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

LANDSCAPING CENTRE LTD

181B Templepatrick Road

Ballyclare

BT39 0RA

Email

trevor.spence@idverde.co.uk

Telephone

+44 02894432051

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

MURPHYS TREE SERVICE LTD

10 New Line

Donaghadee

BT21 0LX

Email

murphyphil@hotmail.co.uk

Telephone

+44 07525378126

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,200,000

Total value of the contract/lot: £1,200,000


Section six. Complementary information

six.3) Additional information

Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and your performance does not improve to satisfactory levels within the specified period, this can be considered grounds for.. termination of the contract at your expense as provided for in the Conditions of Contract In lieu of termination, CPD may issue a Notice.of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015. (as. amended) be excluded from future public procurement competitions for a period of up to three years. The figure stated in V.2.4 is a. maximum that can be spent through the framework over the full term and does not give any guarantee of any level of business that may. be awarded under the agreement

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended

UK

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD complied with the Public Contracts Regulations 2015 (as amended) and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.