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
rupert.bentleywalls@hackney.gov.uk
Telephone
+44 2083568437
Country
United Kingdom
NUTS code
UKI41 - Hackney and Newham
Internet address(es)
Main address
Buyer's address
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
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