Section one: Contracting authority
one.1) Name and addresses
London Borough of Enfield
Civic Centre, Silver Street
Enfield
EN1 3XA
Contact
Mrs Alina Caro
Country
United Kingdom
Region code
UKI54 - Enfield
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.londontenders.org/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.londontenders.org/
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
Enfield Council Tree Maintenance Contract
Reference number
DN597256
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 London Borough of Enfield (the “Authority”) is seeking to is seeking to award a contract(s) to deliver Enfield Council Tree Maintenance Contract: regular tree maintenance works, pollarding, removal of dead or diseased trees, planting new trees, and other works associated with tree maintenance.
The requirements are divided into two distinct Lots as set out below:
Lot 1 – Highways
Lot 2 – Housing
The successful Contractor will also carry out works on other council corporate assets including:
• Parks
• Leisure sites
• Education sites
• Allotments
• Cemeteries
• Residential properties
• Operational properties
• Leasehold farms
• Car Parks
• Public Right of Ways
• Watercourses
At its absolute discretion, the Authority intend to appoint one or two organisations that meet the requirements of this ITT to run either one or both of the above Services. To win both Lots, a bidder must be compliant, score the highest in both (Lot 1 and Lot 2) Tender submissions and meet the relevant Minimum Standards.
The duration of the Contract will be 3 years with the option to extend up to 36 months or part/s thereof, subject to contractor performance and at the full discretion of the Authority, and subject to a lawful termination in accordance with the provisions of the Terms and Conditions of the Contract.
All submissions must be uploaded within the e-Tendering system (www.londontenders.org) no later than return deadline of 23/12/2024 by 12:00pm (Noon).No other means of submitting the tenders are accepted.
Further instructions for completing and submitting the tenders are given within the ITT (Schedule 1) that are uploaded on to the above-mentioned e-Tendering portal.
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
Lot 1 - Highways
Lot No
1
two.2.2) Additional CPV code(s)
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
two.2.3) Place of performance
NUTS codes
- UKI54 - Enfield
two.2.4) Description of the procurement
Lot 1 - Highways
As with all council owned land, the Local Authority has a duty of care and therefore a responsibility to maintain all of its land to a safe standard. The Contract will enable the Council to fulfil its duty to do all that is reasonably practical to minimise the risk of people being harmed or property being damaged as a result of an incident associated with trees on Council property.
The works will primarily comprise of Routine Cyclical Maintenance Programme that will include but not limited to pollarding to Lime and Plane Trees, other forms of pruning including crown reduction, crown thinning, crown lifting, stemming, tree felling and grinding and tree planting.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
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
Lot 2 - Housing
Lot No
2
two.2.2) Additional CPV code(s)
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
two.2.3) Place of performance
NUTS codes
- UKI54 - Enfield
two.2.4) Description of the procurement
Lot 2 - Housing
As with all council owned land, the Local Authority has a duty of care and therefore a responsibility to maintain all of its land to a safe standard. The Contract will enable the Council to fulfil its duty to do all that is reasonably practical to minimise the risk of people being harmed or property being damaged as a result of an incident associated with trees on Council property.
The works will primarily comprise of Routine Cyclical Maintenance Programme that will include but not limited to pollarding to Lime and Plane Trees, other forms of pruning including crown reduction, crown thinning, crown lifting, stemming, tree felling and grinding and tree planting.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Refer to Procurement Documents
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-033880
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 December 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
23 December 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This procurement is being run as a one stage process - which includes the core elements of the Standard Selection Questionnaire as the minimum standards for this ITT.
The evaluation panel will conduct a detailed assessment and evaluation of the Tenders received and which meet the Minimum Standards to establish the most economically advantageous tender to the Authority in terms of the award criteria set out in Tender Evaluation Method, Schedule 4.
There will be a minimum standstill period of 10 calendar days after the date of issue of notification of the intended award.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom