Tender

Arboricultural Services

  • Bournemouth Christchurch and Poole Council

F02: Contract notice

Notice identifier: 2021/S 000-017779

Procurement identifier (OCID): ocds-h6vhtk-02cce1

Published 27 July 2021, 12:15pm



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

Email

procurement@bcpcouncil.gov.uk

Telephone

+44 1202128989

Country

United Kingdom

NUTS code

UKK2 - Dorset and Somerset

Internet address(es)

Main address

https://www.bcpcouncil.gov.uk

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