Tender

Enfield Council Tree Maintenance Contract

  • London Borough of Enfield

F02: Contract notice

Notice identifier: 2024/S 000-037746

Procurement identifier (OCID): ocds-h6vhtk-03895f

Published 21 November 2024, 10:00pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Enfield

Civic Centre, Silver Street

Enfield

EN1 3XA

Contact

Mrs Alina Caro

Email

alina.caro@enfield.gov.uk

Country

United Kingdom

Region code

UKI54 - Enfield

Internet address(es)

Main address

http://www.enfield.gov.uk/

Buyer's address

http://www.enfield.gov.uk/

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