Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Forestry and Arboriculture Services Framework Agreement

  • First published: 23 April 2019
  • Last modified: 23 April 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
City of Edinburgh Council
Authority ID:
AA20376
Publication date:
23 April 2019
Deadline date:
24 May 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Geographical services in relation to The City of Edinburgh, East Lothian, Midlothian, Fife and the Scottish Borders Councils for Lot 1.

Tree works including emergency works this may cover trimming, felling, maintenance, assessment, replanting.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

Contact person: Laura van Leeuwen

Telephone: +44 1314693922

E-mail: laura.vanleeuwen@edinburgh.gov.uk

NUTS: UKM75

Internet address(es)

Main address: http://www.edinburgh.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

I.1) Name and addresses

West Lothian Council

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

UK

Telephone: +44 1506281814

E-mail: cpu@westlothian.gov.uk

Fax: +44 1506281325

NUTS: UKM78

Internet address(es)

Main address: http://www.westlothian.gov.uk/article/2468/Contract-Opportunities

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140

I.1) Name and addresses

Midlothian Council

Midlothian House, Buccleuch Street

Dalkeith

EH22 1DN

UK

Telephone: +44 1312707500

E-mail: procurement@midlothian.gov.uk

Fax: +44 1316542797

NUTS: UKM73

Internet address(es)

Main address: http://www.midlothian.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00336

I.1) Name and addresses

East Lothian Council

John Muir House

Haddington, East Lothian

EH41 3HA

UK

Telephone: +44 1620827827

E-mail: procurement@eastlothian.gov.uk

NUTS: UKM73

Internet address(es)

Main address: http://www.eastlothian.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181

I.1) Name and addresses

Scottish Borders Council

Council Headquarters

Newtown St Boswells

TD6 0SA

UK

Telephone: +44 1835824000

E-mail: procurement@scotborders.gov.uk

Fax: +44 1835825150

NUTS: UK

Internet address(es)

Main address: http://www.scotborders.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394

I.1) Name and addresses

Fife Council

Fife House, North Street

Glenrothes

KY7 5LT

UK

Telephone: +44 3451550000

E-mail: enquiry.procurement@fife.gov.uk

NUTS: UKM72

Internet address(es)

Main address: http://www.fifedirect.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Forestry and Arboriculture Services Framework Agreement

Reference number: CT2677

II.1.2) Main CPV code

77200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Awarding Councils wish to appoint a maximum of six specialist and experienced suppliers per lot to a Framework Agreement to carry out tree works at a variety of locations within participating Council boundaries over the next 4 years.

II.1.5) Estimated total value

Value excluding VAT: 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

The City of Edinburgh, East Lothian, Midlothian, Fife and the Scottish Borders Councils

II.2.2) Additional CPV code(s)

77230000

77231000

77211300

77211400

77211500

77341000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Geographical services in relation to The City of Edinburgh, East Lothian, Midlothian, Fife and the Scottish Borders Councils for Lot 1.

Tree works including emergency works this may cover trimming, felling, maintenance, assessment, replanting.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Cost criterion: Cost / Weighting: 60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/08/2019

End: 31/07/2023

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

West Lothian Council

II.2.2) Additional CPV code(s)

77230000

77231000

77211300

77211400

77211500

77341000

II.2.3) Place of performance

NUTS code:

UKM78

II.2.4) Description of the procurement

Geographical services in relation to West Lothian Council for Lot 2.

Tree works including emergency works this may cover trimming, felling, maintenance, assessment, replanting.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Cost criterion: Cost / Weighting: 60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/08/2019

End: 31/07/2023

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Part III: Section A, B, C and D: economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of The Public Contracts (Scotland) Regulations 2015.

Part IV: Selection criteria — B: Economic and financial standing — Question 4B.1 — Tenderers are required to have a minimum “general” annual turnover of 200 000 GBP for the last 2 financial years. Where a tenderer does not have an annual turnover of this value, the Council may exclude the tenderer from the competition or may apply discretion seeking supporting evidence to determine the tenderer’s suitability to proceed in the competition.

Part IV: Selection Criteria — B: Economic and financial standing — Question 4B.4 — Tenderers will be required provide the following information in response to 4B.4:

— current ratio for current year: 1.10,

— current ratio for prior year: 1.10.

The formula for calculating the current ratio is current assets divided by current liabilities. The acceptable range for each ratio is greater than 1.10. Where a current ratio is less than 1.10 the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.


Minimum level(s) of standards required:

Part IV: Selection criteria — B: Economic and financial standing — Question 4B.5 — Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

(a) employers (compulsory) liability insurance: 5 000 000 GBP;

(b) public liability insurance: 10 000 000 GBP;

(c) professional indemnity: 2 000 000 GBP.

Where a tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the tenderer from the competition.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Part IV: Selection criteria — D: Quality Assurance Schemes and Environmental Management — Question 4D.1 — It is a mandatory requirement that tendering organisations with more than 5 employees have in place a health and safety policy which is approved at a senior level within the organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a bidder does not have a health and safety policy and is required to do so, the Council may exclude the bidder from the competition.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Framework Agreement will contain a community benefits clause.

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 12

Justification for any framework agreement duration exceeding 4 years: Not applicable.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 24/05/2019

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 24/05/2019

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Early 2023.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=580267

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Requirement to provide community benefit(s) if more than 50 000 GBP is spent.

(SC Ref:580267)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=580267

VI.4) Procedures for review

VI.4.1) Review body

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

Telephone: +44 1314693922

Internet address(es)

URL: http://www.edinburgh.gov.uk

VI.5) Date of dispatch of this notice

18/04/2019

Coding

Commodity categories

ID Title Parent category
77231000 Forestry management services Services incidental to forestry
77200000 Forestry services Agricultural, forestry, horticultural, aquacultural and apicultural services
77230000 Services incidental to forestry Forestry services
77341000 Tree pruning Tree pruning and hedge trimming
77211300 Tree-clearing services Services incidental to logging
77211400 Tree-cutting services Services incidental to logging
77211500 Tree-maintenance services Services incidental to logging

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
laura.vanleeuwen@edinburgh.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.