Section one: Contracting authority
one.1) Name and addresses
Kent County Council
Invicta House
Maidstone
ME14 1XX
Country
United Kingdom
Region code
UKJ4 - Kent
Internet address(es)
Main address
Buyer's address
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
SC22272 Arboricultural Works Term Contract
Reference number
DN669286
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
The arboriculture programmed works contract is required to ensure that KCC complies with its Duty of Care’ under the Highway Act 1980 and fulfils its obligations in Common Law as a land and tree owner.
The requirement is for the provision of highway tree works resulting from the Highway Soft Landscape Teams Tree Safety Audits.
The successful Contractor(s) will be required to facilitate both Tree Maintenance and Tree Planting for their awarded lot. A non-exclusive description of the works is provided below, but may cover other arboriculture works as required.
Tree maintenance: The service will provide for the removal of potentially hazardous trees and branches on both public and private property. The service will also facilitate removal of tree stumps and replacement tree planting. The service is provided primarily through programmed maintenance work with flexibility for additional ad-hoc provision. This service will include an additional provision for emergency tree clearance to supplement the primary ‘Emergency Tree Works Contract’ should extra resource be required during a declared emergency event.
Tree planting: The service will include tree planting within the highway environment. Tree planting will include provision for required regulatory replacement tree planting, and scheme/grant led planting including associated aftercare and young tree maintenance to ensure successful establishment. Tree size for highway planting is, typically, ‘heavy standard’ nursery stock ranging from 12-16cm girth and planting sites are a combination of both hard and soft surface environments.
This service will facilitate programmed and ad hoc tree maintenance works over a maximum eight-year period both on, and adjacent to the highway network, across the whole of the county.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £9,848,512 / Highest offer: £14,403,806.29 taken into consideration
two.2) Description
two.2.1) Title
East Kent
Lot No
1
two.2.2) Additional CPV code(s)
- 45112000 - Excavating and earthmoving work
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
Lot 1 East Kent
two.2.4) Description of the procurement
The arboriculture programmed works contract is required to ensure that KCC complies with its Duty of Care’ under the Highway Act 1980 and fulfils its obligations in Common Law as a land and tree owner.
The requirement is for the provision of highway tree works resulting from the Highway Soft Landscape Teams Tree Safety Audits.
The successful Contractor(s) will be required to facilitate both Tree Maintenance and Tree Planting for their awarded lot. A non-exclusive description of the works is provided below, but may cover other arboriculture works as required.
Tree maintenance: The service will provide for the removal of potentially hazardous trees and branches on both public and private property. The service will also facilitate removal of tree stumps and replacement tree planting. The service is provided primarily through programmed maintenance work with flexibility for additional ad-hoc provision. This service will include an additional provision for emergency tree clearance to supplement the primary ‘Emergency Tree Works Contract’ should extra resource be required during a declared emergency event.
Tree planting: The service will include tree planting within the highway environment. Tree planting will include provision for required regulatory replacement tree planting, and scheme/grant led planting including associated aftercare and young tree maintenance to ensure successful establishment. Tree size for highway planting is, typically, ‘heavy standard’ nursery stock ranging from 12-16cm girth and planting sites are a combination of both hard and soft surface environments.
This service will facilitate programmed and ad hoc tree maintenance works over a maximum eight-year period both on, and adjacent to the highway network, across the whole of the county.
The contract used will be NEC4 Term Service which incorporates a schedule of rates.
The total contract term is 96 months (8 years); which is made up of an initial term of 60 months (5 years) and an optional extension period of up to 36 months (3 years).
The Award Value is £9,848,512.00 (Lot 1 - £5,557,256.00 & Lot 2 - £4,291,256.00); however, the value has been expressed as a range due to the following considerations: Inflationary Changes, Compensation Events, Services levels and Budgetary Changes.
The Award Criteria was based on the most economically advantageous tender (MEAT). Successful tenderers were required to meet a minimum quality threshold.
two.2.5) Award criteria
Quality criterion - Name: Price is not the only award criterion and all criteria are stated in the procurement documents. / Weighting: 100
Price - Weighting: 0
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
West Kent
Lot No
2
two.2.2) Additional CPV code(s)
- 45112000 - Excavating and earthmoving work
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
Main site or place of performance
Lot 2 West Kent
two.2.4) Description of the procurement
The arboriculture programmed works contract is required to ensure that KCC complies with its Duty of Care’ under the Highway Act 1980 and fulfils its obligations in Common Law as a land and tree owner.
The requirement is for the provision of highway tree works resulting from the Highway Soft Landscape Teams Tree Safety Audits.
The successful Contractor(s) will be required to facilitate both Tree Maintenance and Tree Planting for their awarded lot. A non-exclusive description of the works is provided below, but may cover other arboriculture works as required.
Tree maintenance: The service will provide for the removal of potentially hazardous trees and branches on both public and private property. The service will also facilitate removal of tree stumps and replacement tree planting. The service is provided primarily through programmed maintenance work with flexibility for additional ad-hoc provision. This service will include an additional provision for emergency tree clearance to supplement the primary ‘Emergency Tree Works Contract’ should extra resource be required during a declared emergency event.
Tree planting: The service will include tree planting within the highway environment. Tree planting will include provision for required regulatory replacement tree planting, and scheme/grant led planting including associated aftercare and young tree maintenance to ensure successful establishment. Tree size for highway planting is, typically, ‘heavy standard’ nursery stock ranging from 12-16cm girth and planting sites are a combination of both hard and soft surface environments.
This service will facilitate programmed and ad hoc tree maintenance works over a maximum eight-year period both on, and adjacent to the highway network, across the whole of the county.
The contract used will be NEC4 Term Service which incorporates a schedule of rates.
The total contract term is 96 months (8 years); which is made up of an initial term of 60 months (5 years) and an optional extension period of up to 36 months (3 years).
The Award Value is £9,848,512.00 (Lot 1 - £5,557,256.00 & Lot 2 - £4,291,256.00); however, the value has been expressed as a range due to the following considerations: Inflationary Changes, Compensation Events, Services levels and Budgetary Changes.
The Award Criteria was based on the most economically advantageous tender (MEAT). Successful tenderers were required to meet a minimum quality threshold.
two.2.5) Award criteria
Quality criterion - Name: Price is not the only award criterion and all criteria are stated in the procurement documents. / Weighting: 100
Price - Weighting: 0
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-034250
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Contract No
SC22272/1
Lot No
1
Title
SC22272/1 Arboricultural Works Term Contract - East Lot
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 August 2024
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Gristwood and Toms Ltd
Windlesham
Country
United Kingdom
NUTS code
- UKJ4 - Kent
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £5,557,256 / Highest offer: £8,127,688.62 taken into consideration
Section five. Award of contract
Contract No
SC22272/2
Lot No
2
Title
SC22272/2 Arboricultural Works Term Contract - West Lot
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 July 2024
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
G Bridgland Ltd
Cranbrook
Country
United Kingdom
NUTS code
- UKJ4 - Kent
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £4,291,256 / Highest offer: £6,276,117.67 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Kent County Council
Maidstone
Country
United Kingdom