Section one: Contracting authority
one.1) Name and addresses
London Borough of Lambeth
Town Hall, Brixton Hill
London
SW2 1RW
Contact
Deborah Opoku-Baah
Telephone
+44 07547974887
Country
United Kingdom
Region code
UKI3 - Inner London – West
National registration number
n/a
Internet address(es)
Main address
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