Supply of Arboricultural Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

South Gloucestershire Council
PO Box 2078, Council Offices
Contact point(s): Contracts Manager (StreetCare)
For the attention of: Rupert Charley
BS35 9BJ Thornbury
UNITED KINGDOM
Telephone: +44 1454863259
E-mail:

Internet address(es):

General address of the contracting authority: www.southglos.gov.uk

Address of the buyer profile: www.supplyingthesouthwest.org.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of Arboricultural Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKK12

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 18

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 1 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Agricultural, forestry, horticultural, aquacultural and apicultural services. Trees. Tree-clearing services. Tree-cutting services. Tree-maintenance services. Tree pruning and hedge trimming. Framework agreement for the supply of arboricultural services including:
i) Tree planting and aftercare;
ii) Tree surgery and hedge trimming;
iii) Specialist arboricultural services.
II.1.6)Common procurement vocabulary (CPV)

77000000, 03452000, 77211300, 77211400, 77211500, 77340000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Supply, Storage, Planting and Aftercare (up to 3 years) of Trees
1)Short description
The selection, and storage of containerised and rootballed and bare root trees in readiness for planting ensuring the site is clear from below ground utilities, tree planting, staking and aftercare.
2)Common procurement vocabulary (CPV)

03452000, 77211600, 77310000

3)Quantity or scope
Estimated value excluding VAT: 875 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Tree and Hedge Maintenance
1)Short description
Tree removal, crown reducing. Crown lifting, pollarding,Hedge trimming. Stump removal etc.
2)Common procurement vocabulary (CPV)

77211500, 77211400, 77340000

3)Quantity or scope
Estimated value excluding VAT: 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Specialist Arboricultural Services
1)Short description
Soil decompaction, decay detection etc.
2)Common procurement vocabulary (CPV)

77000000

3)Quantity or scope
Estimated value excluding VAT: 25 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As specified in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr.

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance
As specified in the Pre Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract.
As specified in the Pre Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 18
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: Electronic auctions may be used to encourage further competition during the lifetime of the framework agreement.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.4.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
23.4.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
The dates given in IV.3.5 are current 'best estimates' and are not guaranteed to be met.
The Council will appoint multiple operators to this framework agreement. The numbers specified in section II.1.4 and IV.1.2 are purely indicative and the final numbers may be more or less than these values.
If you would like to be considered for this tender, please take the following steps:

- create an account for your organisation on the Council’s e-tendering portal at www.supplyingthesouthwest.org.uk,

- you will receive a user name and password by email, usually on the next working day. (If there is a delay then call the helpline on the number below),

- once this arrives you must login to www.supplyingthesouthwest.org.uk again, search for the Arboricultural Services Tender and register your interest,

- after completing this stage you will receive an email containing a link to the Pre Qualification Questionnaire,
- you must complete the questionnaire and submit it via the portal by the stated deadline (contained within questionnaire document),
- registering your interest and downloading the documentation does not bind you in anyway to complete the submission.
You can find more help on the registration and ‘expression of interest’ process on the portal by following the ‘Supplier Guidance Notes’ link from the menu on the home page. Note that the emails you receive from the portal are automatically generated. If you feel you are not receiving all the messages that are sent to you, check your ‘Junk’ folder to see if they have been incorrectly classified as spam.
At all times there is a Help panel on the right side of each page providing details of the purpose of each field. More detailed documentation is available in pdf form lower down in this panel.
A helpline is also available to help solve any problems you may have in using the portal on +44 1392384659 between 08:30-16:30 Monday to Friday. This line is staffed by Devon County Council employees. GO Reference: GO-2012319-PRO-3794013.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such information should be required from the address stated in section 1.1. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5)provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
19.3.2012