Tender

Arboricultural Maintenance & Tree Planting/Post Planting Management Framework

  • London Borough of Hackney

F02: Contract notice

Notice identifier: 2021/S 000-012552

Procurement identifier (OCID): ocds-h6vhtk-02b87a

Published 4 June 2021, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Hackney

Hackney Service Centre, 1 Hillman Street

Hackney

E8 1DY

Contact

Mr Rupert Bentley-Walls

Email

rupert.bentleywalls@hackney.gov.uk

Telephone

+44 2083568437

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

http://www.hackney.gov.uk

Buyer's address

http://www.hackney.gov.uk

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=1bab2974-bfe5-e911-80fa-005056b64545

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/Advert/Index?advertId=1bab2974-bfe5-e911-80fa-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Arboricultural Maintenance & Tree Planting/Post Planting Management Framework

Reference number

DN436577

two.1.2) Main CPV code

  • 77211500 - Tree-maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Borough of Hackney (LBH) is seeking to establish an LBH Arboricultural Maintenance & Tree Planting/Post Planting Management Framework with 4 Providers, which will ensure that the Council’s 10,000 street based trees, 40,000 parks based trees and 25,000 housing estate based trees are healthy thus providing a safe environment for people who live, work and visit the London Borough of Hackney.

two.1.5) Estimated total value

Value excluding VAT: £2,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham

two.2.4) Description of the procurement

The London Borough of Hackney is seeking to establish an Arboriculture Maintenance and Tree & Shrub Planting, Post Planting Framework with 4 Providers which will ensure that the Council’s 10,000 street based trees, 40,000 parks based trees and 25,000 Housing estate based trees are healthy thus providing a safe environment for people who live, work and visit the London Borough of Hackney. The procurement of these services will enable Hackney Council to maintain a high level of tree maintenance and ensure that all works are undertaken to BS3998:2010, BS8545:2014 standards so that the Council fulfils its obligations to adhere to Health and Safety regulations. Tree management is the responsibility of Streetscene Tree Section – Highways for street trees and trees within Parks and Open Spaces, Cemeteries and Church sites. They manage trees that are the responsibility of other service areas and departments of the Council’s educational and property services. Hackney Housing manages trees within housing environments and street properties. The Council’s Highways Programmed Tree Works - Planned/Unplanned/Urgent/Emergency/Adhoc Works and priced as (Planned) or (Unplanned), as set out in the specification. There are 6 main Programmed Tree Work packages per year for Highways: The main programmes will be:

• Triennial Pollarding & Reduction Programme

• Basal/Stem Growth Programme

• Fell & Grind Programme

Planting Programme

• Post Planting Maintenance Programme

• Adhoc Programme

• Other Programmes

• Massaria Reports

This tender will be administered via an e-procurement system called ProContract. Suppliers must be registered on the system in order to access the documentation and complete a selection questionnaire. To register as a supplier on pro contract please visit the London's Tenders Portal at:https://www.londontenders.org/ click on the ‘Suppliers’ Area' link to the left. On the right hand side you will see a green ‘register’ icon, click on this and begin the supplier registration process. Please ensure when registering that you select all the appropriate categories which describe your business/service area as notifications of tender opportunities are directed via these categories.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £2,800,000

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

Start date

1 February 2022

End date

31 January 2026

This contract is subject to renewal

No

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

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

Only the suppliers who have passed the initial Selection Questionnaire (SQ) stage will be invited to submit a response to the invitation to tender (ITT). The Council will invite the top 8 highest scoring bidders at the SQ stage through to the ITT stage.

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.1.2) 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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 4

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

N/A

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

5 July 2021

Local time

12:00pm

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

15 July 2021

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

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of Justice

Strand

Londond

WC2A 2LL

Email

administrativecourtoffice.generaloffice@hmcts.x.gsi.gov.uk

Telephone

+44 2079476000

Country

United Kingdom

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

High Court of Justice

London

Country

United Kingdom