Tender

21132 2022Cambridgeshire County Council Arboricultural and Major Tree Works Framework

  • Cambridgeshire County Council

F02: Contract notice

Notice identifier: 2022/S 000-011709

Procurement identifier (OCID): ocds-h6vhtk-03345a

Published 5 May 2022, 2:10pm



Section one: Contracting authority

one.1) Name and addresses

Cambridgeshire County Council

New Shire Hall, Alconbury Weald

Huntingdon

PE28 4YE

Contact

Mr Jon Collyns

Email

Jon.Collyns@cambridgeshire.gov.uk

Telephone

+44 7775703930

Country

United Kingdom

NUTS code

UKH - East of England

Internet address(es)

Main address

https://www.cambridgeshire.gov.uk/

Buyer's address

https://www.cambridgeshire.gov.uk/business/business-with-the-council/providing-goods-and-services-to-the-council

one.3) Communication

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

https://procontract.due-north.com/Opportunities/Index?tabName=opportunities&resetFilter=True

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Opportunities/Index?tabName=opportunities&resetFilter=True

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

21132 2022Cambridgeshire County Council Arboricultural and Major Tree Works Framework

Reference number

DN600795

two.1.2) Main CPV code

  • 77300000 - Horticultural services

two.1.3) Type of contract

Services

two.1.4) Short description

Cambridgeshire County Council is seeking to award a framework agreement for the provision of arboriculture services within the County boundaries. The Council manages around 150,000 trees in educational settings, not including those on the highway, or other land - properties. The framework will encompass a wide range of tree maintenance to ensure the upkeep of the existing trees stock in line with the Councils’ landlord responsibilities, this will also include maintenance of trees on Council sites including Highways.

This requirement is not divided into Lots to enable the Authority to more efficiently manage the contracting arrangements.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

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
  • UKH - East of England

two.2.4) Description of the procurement

Cambridgeshire County Council is seeking to award a framework agreement for the provision of arboriculture services within the County boundaries. The Council manages around 150,000 trees in educational settings, not including those on the highway, or other land - properties. The framework will encompass a wide range of tree maintenance to ensure the upkeep of the existing trees stock in line with the Councils’ landlord responsibilities, this will also include maintenance of trees on Council sites including Highways.

It is envisaged that the framework will consist of 6 providers, with the order of allocation of the work being:

- framework ranking

- packaged up and issued as mini-competitions through this framework, with the criteria for the mini competitions ranging from a Quality/Price evaluation between 70% Price 30% Quality depending on required outcomes for each package of work.

- emergency

Rates submitted as part of this main Tender process shall be capped for all subsequent mini-competitions, with providers given the option to go below but not above their submitted rates. Such capped rates shall be held firm for the full 4 years of the framework.

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

36

This contract is subject to renewal

Yes

Description of renewals

The framework shall run for an initial period of 36 months, with the option of a final 12 months, making 48 months in total.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The framework shall run for a period of 3 years with the option of a fourth and final year.

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.1.8) 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

13 June 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

13 June 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Mrs Clare Ellis, Head of Procurement

New Shire Hall, Alconbury Weald

Huntingdon

PE28 4YE

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. The duration of this standstill will be disclosed at this point.

This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. Such additional information should be required from (Refer to address in Part 1.1). If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (Chapter 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the

award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may order the ineffectiveness of a contract where serious breach have occurred in addition to any fine, the Court may instead provide for alternative penalties, either contract shortening, fines or both.

The Authority have invested in an e-tendering tool in order to facilitate its tendering processes in a compliant and transparent manner.

Potential Providers will need to register an account via the “Procontract Portal” at https://procontract.due-north.com/Register before being able to view the full tender details.

In order to access the tender documentation, click “Find Opportunities”, then on the drop-down menu, filter by “Cambridgeshire Public Services” by clicking on “Update” to find the relevant opportunity or alternatively within the organisations drop down select Cambridgeshire County Council to also find the relevant opportunity.

Please ensure that you read the tender documents carefully in order to be aware of the requirements and relevant deadlines.

The Council reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon, halt, pause, or postpone this procurement at any time. Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise.