By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

WSCC DJ - Countryside Contractors Framework.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

West Sussex County Council
County Hall, West Street
For the attention of: Daniel Jackson
PO19 1RG Chichester
UNITED KINGDOM
Telephone: +44 3302226955
E-mail:

Internet address(es):

General address of the contracting authority: http://www.westsussex.gov.uk/default.aspx

Address of the buyer profile: https://in-tendhost.co.uk/sesharedservices/aspx/Home

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

All District, Borough and Parish Councils in the County of West Sussex

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
WSCC DJ - Countryside Contractors Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: West Sussex.

NUTS code UKJ24

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
This Framework Agreement will deliver projects across the county of West Sussex on sites owned and managed by the Council.
Future PROW and Countryside Team project contracts (excluding exceptional or specialist projects) shall be awarded as Commissions to Qualified Framework Contractors in accordance with the procedures contained in clauses 8 and 9 of this Framework Agreement.
Each Commission shall be subject to the Terms and in addition the Council shall provide the Qualified Contractors with the specification and any additional terms and conditions necessary for the particular Commission in accordance with the procedures contained in clauses 8 and 9 of this Framework Agreement.
II.1.5)Common procurement vocabulary (CPV)

77231000, 90922000, 77211400, 77231200, 77340000, 77211300, 45340000, 77211500

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 2 000 000 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Technical. Weighting 100
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
CWSCC - 000703
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2015/S 42-072329 of 28.2.2015

Other previous publications

Notice number in the OJEU: 2015/S 54-094529 of 18.3.2015

Section V: Award of contract

Contract No: 6706 Lot title: Countryside Contractors Framework
V.1)Date of contract award decision:
19.6.2015
V.2)Information about offers
Number of offers received: 31
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

See Additional Information

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 2 000 000 GBP
Excluding VAT
Total final value of the contract:
Value: 2 000 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
Bidders who were accepted on to the framework:
ATM Ltd, Barcombe Landscapes Ltd, Bill Kear Plant & Agricultural Contractors Ltd, Bonnys Wood, Camps Environmental Services (CES) Ltd, Caroway Contractors Ltd, Chaffinworks, Connick Tree Services Limited, Country Crafts, County Tree Surgeons Ltd, Edburton Contractors Ltd, G. Burley & Sons Limited, Green Ways Countryside Management Ltd, Ground Control Ltd, Invasive weed management Ltd, Irvine Grenson Ltd, J T Mackley & Co Ltd, JS Agriculture Limited, Kevin Rodgers Tree Services Ltd, Leith Hill Plant Ltd, Landbuild Ltd, Natural Land Management Ltd, Poulsom Plant Hire & Agricultural Contracting, Primavera Landcare limited, R. J. Jochimsen Contractors, Sussex Rail Ltd, T Earis Countryside Limited, Thomson Ecology Ltd, Udall-Martin Associates.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
24.6.2015