Contract for arboricultural services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Eastbourne Borough Council
1 Grove Road
Contact point(s): Procurement
For the attention of: Diane Linsdell
BN21 4TW Eastbourne
UNITED KINGDOM
Telephone: +44 1323410000
E-mail:

Internet address(es):

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

Address of the buyer profile: www.eastbourne.gov.uk

Further information can be obtained from: Eastbourne Borough Council
1 Grove Road
Contact point(s): Downland, Trees & Woodland
For the attention of: Tim Whelan
BN21 4TW Eastbourne
UNITED KINGDOM
Telephone: +44 1323415273
E-mail:
Internet address: www.eastbourne.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: South East Business Portal
Website only
For the attention of: Eastbourne Borough Council
Eastbourne
UNITED KINGDOM
Telephone: +44 1323415279
Internet address: https://www.businessportal.southeastiep.gov.uk/sece/cms.nsf/vLiveDocs/SD-DEVV-6UNGEK?OpenDocument&contentid;=1.001

Tenders or requests to participate must be sent to: Eastbourne Borough Council
Town Hall, Grove Road
For the attention of: Arboricultural Services PQQ
BN21 4UG Eastbourne
UNITED KINGDOM
Telephone: +44 1323410000
E-mail:
Internet address: www.eastbourne.gov.uk

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: yes

Wealden District Council

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Contract for 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
Main site or location of works, place of delivery or of performance: East Sussex.

NUTS code UK

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: 12

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:
Range: between 800 000 and 1 050 000 GBP
II.1.5)Short description of the contract or purchase(s)
Eastbourne Borough Council and Wealden District Council (also known as the Council or Councils) are seeking to appoint suitably qualified contractors to provide arboricultural, forestry and land based services. Each of these elements of service is being let as a separate lot.

Note: to register your interest in this notice and obtain any additional information please visit the myTenders web site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=87506.

II.1.6)Common procurement vocabulary (CPV)

77211300, 77211400, 77211500, 77340000, 77341000, 03452000, 45342000, 44313100

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
Estimated values for WDC are currently 80 000 GBP pa and 184 000 GBP pa for EBC.
Total range estimate for both, based on the above is set out below:
Estimated value excluding VAT:
Range: between 800 000 and 1 050 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Provisions will be set out in draft contract at tender stage.
II.2.3)Information about renewals
This contract is subject to renewal: no
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: Arboricultural services
1)Short description
The service will cover highway sites, parks and open spaces, allotments, the crematorium, cemeteries and housing areas within the boundaries of each authority and will include the following:
Dutch elm disease control.
Risk management of dead wood.
Formative pruning.
Crown thinning.
Crown lifting.
Crown reduction and reshaping.
Pruning for infrastructure.
Pollarding.
Felling and sectional dismantle.
Removal of inappropriate objects.
Treatment of wounds and other injuries.
Management of decay cavities and water pockets.
Management of weak structures.
Stump management.
2)Common procurement vocabulary (CPV)

77211300, 77211400, 77211500, 77341000, 03452000

3)Quantity or scope
Max no of 6 contractors.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Forestry services
1)Short description
Dutch elm disease control.
Woodland thinning.
Felling and timber extraction.
Scrub management.
Access construction.
Windblown trees.
Stump and root plate management.
2)Common procurement vocabulary (CPV)

77211300, 77211500, 77211400, 77340000, 03452000

3)Quantity or scope
Max 3 contractors.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Land based services
1)Short description
Stump management.
Tree planting.
New tree maintenance (watering and mulching).
Fencing.
Excavations within the Highway and public open space.
Chemical treatments.
2)Common procurement vocabulary (CPV)

77211300, 77211500, 03452000

3)Quantity or scope
Max 3 contractors.
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:
Applicants may be asked to provide a bond or guarantee at tender/contract stage and will be subject to financial checks at PQQ stage.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Conditions are set out in the PQQ documentation in detail but for information, work will be expected to conform to.
- BS3998:2010,
- EBC code of practice for health and safety in arboriculture Ref. EB/CPA/Rev.C,
- Code of practice for the safe use of Pesticides including Herbicides in arboriculture ref EB/CPP/REV.C,
- HSE managing health and safety in forestry.
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: All conditions are set out in PQQ and tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank;
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance;
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Further conditions relating to Economic and financial capacity are set out in the PQQ.
Minimum level(s) of standards possibly required: Minimum standards are set out in the PQQ documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Conditions relating to technical capacity are set out in the PQQ.
Minimum level(s) of standards possibly required:
Minimum standards are set out in the PQQ documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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: yes

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 number of operators: 12
Objective criteria for choosing the limited number of candidates: As detailed in the pre-qualifying questionnaire.
Maximum number of contractors to be awarded to each lot:
Lot 1A - 6 Lot 2A - 3 Lot 3A - 3.
Lot 1B - 6 Lot 2B - 3 Lot 3B - 3.
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: no
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
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
25.6.2012 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
6.7.2012
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
VI.2)Information about European Union funds
VI.3)Additional information
The PQQ document can be dowloaded from the South East Business Portal at:

https://www.businessportal.southeastiep.gov.uk/sece/cms.nsf/vLiveDocs/SD-DEVV-6UNGEK?OpenDocument&contentid;=1.001

Applicants can register for free, if not done already and access all related documents.
(MT Ref:87506).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Lawyer to the Council
1Grove Road
BN21 4TW Eastbourne
UNITED KINGDOM
E-mail:

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
22.5.2012