Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Bournemouth Christchurch and Poole Council
Bournemouth Christchurch and Poole Council, Town Hall
Bournemouth
BH2 6DY
UK
Contact person: Strategic Procurement Team
Telephone: +44 1202128989
E-mail: procurement@bcpcouncil.gov.uk
NUTS: UKK2
Internet address(es)
Main address: www.bcpcouncil.gov.uk
Address of the buyer profile: https://www.supplyingthesouthwest.org.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
Arboricultural Services
Reference number: DN469997
II.1.2) Main CPV code
77000000
II.1.3) Type of contract
Services
II.1.4) Short description
Bournemouth, Christchurch and Poole Council (BCP) Arboricultural Services contract for delivery of the Council’s tree risk management programme (TRMI).
The Arboricultural Contract will consist of four main elements.
• A programme of annualised works
• A programme of routine works
• Issuing of additional work orders for tree surgery operations based on hourly rates or operations that have a specified value within the contract and a mixture of both.
• Emergency Response”
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Lowest offer:
1.00
GBP/ Highest offer:
5 500 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
03000000
03452000
77211300
77211400
77211500
77300000
II.2.3) Place of performance
NUTS code:
UKK2
II.2.4) Description of the procurement
Bournemouth, Christchurch and Poole Council (BCP) manages a landscape in no small part defined by its’ trees. BCP’s tree stock is the largest natural asset the Council owns and manages. Its’ trees are the single biggest positive contributor to biodiversity, air quality and climate change mitigation in the conurbation.
The Arboricultural contract forms an integral part of the Council tree risk management programme (TRMI). The successful contractor will be expected to fully engage with BCP’s Arboricultural team to help deliver it.
The provision of tree surgery and other arboricultural services is expected to be of the highest standard. The Contractor will meet all relevant British standards and industry best practice. The Contractor will demonstrate a commitment to the ethos of BCP Councils’ tree management. They will also demonstrate a company ethos of continuing personal development of their staff deployed to the contract at all levels.
The Arboricultural Contract will consist of four main elements.
• A programme of annualised works
• A programme of routine works
• Issuing of additional work orders for tree surgery operations based on hourly rates or operations that have a specified value within the contract and a mixture of both.
• Emergency Response
The anticipated start date of the contract is 1 April 2022.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.11) Information about options
Options:
Yes
Description of options:
The initial contract duration is eight years, with the option to extend annually for a further two years (8+1+1). Therefore if all extensions of the contract were taken, then the full contract duration shall be for ten years. The anticipated start date of the contract is 1 April 2022.
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-017779
Section V: Award of contract
Title: Arboricultural Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/12/2021
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Idverde Limited
Octavia House, Westwood Business Park, Westwood Way
Coventry
CV4 8JP
UK
NUTS: UKK2
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
1.00
GBP
/ Highest offer:
5 500 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Courts of Justice
The Royal Court of Justice
London
WCA 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
VI.5) Date of dispatch of this notice
02/12/2021