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

DAERA — Arboricultural Services

  • First published: 31 August 2020
  • Last modified: 31 August 2020

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:
Department of Agriculture and Rural Development
Authority ID:
AA20969
Publication date:
31 August 2020
Deadline date:
28 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

DAERA and DfI Rivers wishes to establish a framework for the provision of the maintenance of all trees in their care. The contract will be awarded as a call-off contract, geographically divided into three separate lots.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department of Agriculture Environment and Rural Affairs DAERA

Killyhevlin Ind Estate

Enniskillen

BT74 4EJ

UK

E-mail: ssdadmin.cpd@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.1) Name and addresses

Department for Infrastructure

Clarence Court Adelaide Street

Belfast

BT2 8GB

UK

E-mail: ssdadmin.cpd@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.1) Name and addresses

Department of Agriculture Environment and Rural Affairs NI

Dundonald House

Belfast

BT4 3SB

UK

E-mail: ssdadmin.cpd@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

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://etendersni.gov.uk/epps


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DAERA — Arboricultural Services

Reference number: ID 2903785

II.1.2) Main CPV code

77100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

DAERA and DfI rivers wishes to establish a framework for the provision of the maintenance of all trees in their care. The contract will be awarded as a call-off contract, geographically divided into three separate lots.

II.1.5) Estimated total value

Value excluding VAT: 1 450 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

II.2) Description

Lot No: 1

II.2.1) Title

Fermanagh/Tyrone

II.2.2) Additional CPV code(s)

77000000

77200000

77340000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

DAERA and DfI Rivers wishes to establish a framework for the provision of the maintenance of all trees in their care. The contract will be awarded as a call-off contract, geographically divided into three separate lots.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 650 000.00  GBP

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

Duration in months: 48

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

II.2.14) Additional information

The value above as an indicative figure for the anticipated spend through lot 1.

Lot No: 2

II.2.1) Title

Down/Armagh

II.2.2) Additional CPV code(s)

77000000

77200000

77340000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

DAERA and DfI Rivers wishes to establish a framework for the provision of the maintenance of all trees in their care. The contract will be awarded as a call-off contract, geographically divided into three separate lots.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 400 000.00  GBP

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

Duration in months: 48

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

II.2.14) Additional information

The value above as an indicative figure for the anticipated spend through lot 2.

Lot No: 3

II.2.1) Title

Londonderry — Derry/Antrim

II.2.2) Additional CPV code(s)

77000000

77200000

77340000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

DAERA and DfI Rivers wishes to establish a framework for the provision of the maintenance of all trees in their care. The contract will be awarded as a call off contract, geographically divided into three separate lots.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 400 000.00  GBP

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

Duration in months: 48

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

II.2.14) Additional information

The value above as an indicative figure for the anticipated spend through lot 3.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to 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: 100

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: 28/09/2020

Local time: 15:00

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

Tender must be valid until: 27/12/2020

IV.2.7) Conditions for opening of tenders

Date: 28/09/2020

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

August 2024.

VI.3) Additional information

The successful contractor’s performance on this contract will be managed as per the specification and regularly monitored (see Procurement Guidance Note 01/12 — Contract Management — Procedures and Principles). Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a notice of unsatisfactory performance and this contract may be terminated. A central register of such notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the date of issue of the notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy.

VI.4) Procedures for review

VI.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR2015

N/A

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.

VI.5) Date of dispatch of this notice

26/08/2020

Coding

Commodity categories

ID Title Parent category
77100000 Agricultural services Agricultural, forestry, horticultural, aquacultural and apicultural services
77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services Agriculture and Food
77200000 Forestry services Agricultural, forestry, horticultural, aquacultural and apicultural services
77340000 Tree pruning and hedge trimming Horticultural services

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:
ssdadmin.cpd@finance-ni.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.