Tender

Tree Supply, Planting & Aftercare

  • London Borough of Lambeth

F02: Contract notice

Notice identifier: 2023/S 000-014209

Procurement identifier (OCID): ocds-h6vhtk-03cd88

Published 18 May 2023, 2:54pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Lambeth

Town Hall, Brixton Hill

London

SW2 1RW

Contact

Deborah Opoku-Baah

Email

dopokubaah@lambeth.gov.uk

Telephone

+44 07547974887

Country

United Kingdom

Region code

UKI3 - Inner London – West

National registration number

n/a

Internet address(es)

Main address

http://www.lambeth.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18

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=68470&B=LBLAMBETH

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=68470&B=LBLAMBETH

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

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Tree Supply, Planting & Aftercare

Reference number

006

two.1.2) Main CPV code

  • 77211500 - Tree-maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

This Procurement, which is being managed by London Borough of Lambeth (the Authority), will award contracts to deliver Trees Supply, Planting & Aftercare. The tender is divided into 2 lots: Lot 1 Tree Supply Lot 2 Tree Planting & Aftercare The contracts will support a programme of tree supply and planting and aftercare based on the tree species as specified in Appendices B & C, Statement of Requirements (Specification), which set out the requirements for each Lot. The contract for Lot 1 will be for a three-year period, the contract for Lot 2 will be for a six-year period with a combined estimated value of £2.91m.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Tree Supply

Lot No

1

two.2.2) Additional CPV code(s)

  • 03450000 - Tree-nursery products
  • 03452000 - Trees

two.2.3) Place of performance

NUTS codes
  • UKI3 - Inner London – West

two.2.4) Description of the procurement

This Procurement, which is being managed by London Borough of Lambeth (the Authority), will award contracts to deliver Trees Supply, Planting & Aftercare. The tender is divided into 2 lots: Lot 1 Tree Supply Lot 2 Tree Planting & Aftercare The contracts will support a programme of tree supply and planting and aftercare based on the tree species as specified in Appendices B & C, Statement of Requirements (Specification), which set out the requirements for each Lot. The contract for Lot 1 will be for a three-year period.

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

No

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) Description

two.2.1) Title

Tree Planting & Aftercare

Lot No

2

two.2.2) Additional CPV code(s)

  • 45233252 - Surface work for streets
  • 77211500 - Tree-maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI3 - Inner London – West

two.2.4) Description of the procurement

This Procurement, which is being managed by London Borough of Lambeth (the Authority), will award contracts to deliver Trees Supply, Planting & Aftercare. The tender is divided into 2 lots: Lot 1 Tree Supply Lot 2 Tree Planting & Aftercare The contracts will support a programme of tree supply and planting and aftercare based on the tree species as specified in Appendices B & C, Statement of Requirements (Specification), which set out the requirements for each Lot. The contract for Lot 2 will be for a six-year period.

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

72

This contract is subject to renewal

No

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


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 June 2023

Local time

12:00pm

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)

four.2.7) Conditions for opening of tenders

Date

19 June 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of Justice England & Wales

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

London

SW1 2AS

Country

United Kingdom

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

London Borough of Lambeth

London

SW2 1RW

Country

United Kingdom