Section one: Contracting authority
one.1) Name and addresses
Bournemouth Christchurch and Poole Council
Town Hall, Bourne Avenue
Bournemouth
BH2 6DY
Contact
Strategic Procurement Team
Telephone
+44 1202128989
Country
United Kingdom
NUTS code
UKK2 - Dorset and Somerset
Internet address(es)
Main address
Buyer's address
https://www.supplyingthesouthwest.org.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplyingthesouthwest.org.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplyingthesouthwest.org.uk/
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
Arboricultural Services
Reference number
DN469997
two.1.2) Main CPV code
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
two.1.3) Type of contract
Services
two.1.4) Short description
Bournemouth, Christchurch and Poole Council (BCP) manages a landscape in no small part defined by its’ trees. BCP’s tree stock is the largest natural asset the Council owns and manages. Its’ trees are the single biggest positive contributor to biodiversity, air quality and climate change mitigation in the conurbation.
Trees are the common element that features across all its many and varied landscapes from the miles of tree lined streets, award winning urban parks and gardens to woodlands and internationally important heathland and other sites managed for nature conservation. The town of Bournemouth’s inception is linked to its association with Pines and trees of all species are a link to the historic landscape of BCP.
Trees are universally recognised as vital to providing a healthy and safe future landscape that will be desirable to live in. Across the world societies that are serious about greening their cities and urban environments look to trees as the major contributor. For a largely urban conurbation there is an enviable level of tree cover across BCP. As a local authority we are rightly proud and protective of our tree stock. We strive to maintain the existing stock to a high standard and replace and increase canopy cover for the future.
The safety of BCP residents and our visitors is paramount. The Arboricultural contract forms an integral part of the Council tree risk management programme (TRMI). The successful contractor will be expected to fully engage with BCP’s Arboricultural team to help deliver it.
The provision of tree surgery and other arboricultural services is expected to be of the highest standard. The Contractor will meet all relevant British standards and industry best practice. The Contractor will demonstrate a commitment to the ethos of BCP Councils’ tree management. They will also demonstrate a company ethos of continuing personal development of their staff deployed to the contract at all levels.
The Arboricultural Contract will consist of four main elements.
• A programme of annualised works
• A programme of routine works
• Issuing of additional work orders for tree surgery operations based on hourly rates or operations that have a specified value within the contract and a mixture of both.
• Emergency Response
two.1.5) Estimated total value
Value excluding VAT: £5,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 03000000 - Agricultural, farming, fishing, forestry and related products
- 03452000 - Trees
- 77211300 - Tree-clearing services
- 77211400 - Tree-cutting services
- 77211500 - Tree-maintenance services
- 77300000 - Horticultural services
two.2.3) Place of performance
NUTS codes
- UKK2 - Dorset and Somerset
two.2.4) Description of the procurement
The provision of tree surgery and other arboricultural services is expected to be of the highest standard. The Contractor will meet all relevant British standards and industry best practice. The Contractor will demonstrate a commitment to the ethos of BCP Councils’ tree management. They will also demonstrate a company ethos of continuing personal development of their staff deployed to the contract at all levels.
The Arboricultural Contract will consist of four main elements.
• A programme of annualised works
• A programme of routine works
• Issuing of additional work orders for tree surgery operations based on hourly rates or operations that have a specified value within the contract and a mixture of both.
• Emergency Response
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £5,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The initial contract duration is eight years, with options to extend annually for a further two years (8+1+1). Therefore if the all extensions are taken, then the full contract duration shall be for ten years. The anticipated start date of the contract is 1 April 2022.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract duration is eight years, with options to extend annually for a further two years (8+1+1). Therefore if the all extensions are taken, then the full contract duration shall be for ten years. The anticipated start date of the contract is 1 April 2022.
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
16 September 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
16 September 2021
Local time
2:00pm
Information about authorised persons and opening procedure
All tenders are electronically sealed and opened by the Councils democratic services team.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity.
The Council is carrying out this procurement pursuant to the Public Contracts Regulations 2015 (as amended).
In accordance with Regulation 50 (Contract award notices); Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement); Regulation 87 (Standstill period) and Regulations 91 to 102 of the Public Contracts Regulations 2015 (as amended). Following any decision to award the contract the Council.
Bidders should note that the procurement documents are draft documents at this stage, providing indicative information of the Council’s intended approach in the procurement process and are for general information only. The Council reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.
The Council reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.
The supplier may be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly contract performance conditions may relate in particular to social and/or environmental consideration.
The services will predominantly be performed within the boundaries of BCP Council for the Council.
Bidders are encouraged to submit their Bids well in advance of the stated date and time in order to avoid technical difficulties with the electronic system that may occur due to the high volumes of traffic attempting to submit applications on the same date and time. The Council reserves the right not to accept tender submissions that are received after the deadline.
six.4) Procedures for review
six.4.1) Review body
High Courts of Justice
The Royal Court of Justice
London
WCA 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
six.4.4) Service from which information about the review procedure may be obtained
High Courts of Justice
The Royal Court of Justice
London
WCA 2LL
Country
United Kingdom