Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dacorum Borough Council
The Forum
Hemel Hempstead
HP1 1DN
UK
Contact person: Ben Hosier
Telephone: +44 1442228215
E-mail: ben.hosier@dacorum.gov.uk
NUTS: UKH23
Internet address(es)
Main address: http://www.dacorum.gov.uk
Address of the buyer profile: http://www.in-tendhost.co.uk/supplyhertfordshire/aspx/Home
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
DBC (BH) Tree Maintenance Services
Reference number: CPU00530
II.1.2) Main CPV code
77211500
II.1.3) Type of contract
Services
II.1.4) Short description
The Council is looking for Contractors to provide ‘Tree Maintenance Services’ within the Council’s parkland and open spaces, woodlands, communal housing areas, tenanted properties, cemeteries and other land assets. Services will include tree pruning, felling, stump removal, emergency call out duties and tree planting.Our existing contractor has confirmed that TUPE will not apply; therefore, bidders should ensure that they will have the appropriate resource to deliver this contract.There will be four ‘Tree Maintenance Service’ contracts awarded: • Lot A and B comprise urban tree maintenance services across the whole of Dacorum.• Lot C comprises woodland tree maintenance services across the whole of Dacorum.• Lot D comprises tree-planting services across the whole of Dacorum. Lots A and B will be awarded to two separate Contractors. However, one Contractor could be awarded Lots A or B, and also C and/or D. For avoidance of doubt, Contractors can tender for all contracts, but w
II.1.5) Estimated total value
Value excluding VAT:
1 250 000.00
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: Lots A/B
II.2.1) Title
Tree Maintenance Service Lot A/B
II.2.2) Additional CPV code(s)
77211500
77211600
03452000
77211400
77341000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
The Council is looking for Contractors to provide ‘Tree Maintenance Services’ within the Council’s parkland and open spaces, woodlands, communal housing areas, tenanted properties, cemeteries and other land assets. Services will include tree pruning, felling, stump removal, emergency call out duties and tree planting.Our existing contractor has confirmed that TUPE will not apply; therefore, bidders should ensure that they will have the appropriate resource to deliver this contract.There will be four ‘Tree Maintenance Service’ contracts awarded: • Lot A and B comprise urban tree maintenance services across the whole of Dacorum.• Lot C comprises woodland tree maintenance services across the whole of Dacorum.• Lot D comprises tree-planting services across the whole of Dacorum. Lots A and B will be awarded to two separate Contractors. However, one Contractor could be awarded Lots A or B, and also C and/or D. For avoidance of doubt, Contractors can tender for all contracts, but will not be able to win all 4 contracts.
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:
813 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Initial contract term is for 3 years, with an option to extend for a further 2 years.Contract will be renewed at either year 3 or year 5
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
Lot No: Lot C
II.2.1) Title
Tree Maintenance Service Lot C
II.2.2) Additional CPV code(s)
77211500
77211600
03452000
77211400
77341000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
The Council is looking for Contractors to provide ‘Tree Maintenance Services’ within the Council’s parkland and open spaces, woodlands, communal housing areas, tenanted properties, cemeteries and other land assets. Services will include tree pruning, felling, stump removal, emergency call out duties and tree planting.Our existing contractor has confirmed that TUPE will not apply; therefore, bidders should ensure that they will have the appropriate resource to deliver this contract.There will be four ‘Tree Maintenance Service’ contracts awarded: • Lot A and B comprise urban tree maintenance services across the whole of Dacorum.• Lot C comprises woodland tree maintenance services across the whole of Dacorum.• Lot D comprises tree-planting services across the whole of Dacorum. Lots A and B will be awarded to two separate Contractors. However, one Contractor could be awarded Lots A or B, and also C and/or D. For avoidance of doubt, Contractors can tender for all contracts, but will not be able to win all 4 contracts.
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:
375 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Initial contract term is 3 years with an option to extend for a further 2 years.Therefore the contract renewal could be at the end of year 3 or year 5
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
Lot No: Lot D
II.2.1) Title
Tree Maintenance Service Lot D
II.2.2) Additional CPV code(s)
77211500
77211600
03452000
77211400
77341000
II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
II.2.4) Description of the procurement
The Council is looking for Contractors to provide ‘Tree Maintenance Services’ within the Council’s parkland and open spaces, woodlands, communal housing areas, tenanted properties, cemeteries and other land assets. Services will include tree pruning, felling, stump removal, emergency call out duties and tree planting.Our existing contractor has confirmed that TUPE will not apply; therefore, bidders should ensure that they will have the appropriate resource to deliver this contract.There will be four ‘Tree Maintenance Service’ contracts awarded: • Lot A and B comprise urban tree maintenance services across the whole of Dacorum.• Lot C comprises woodland tree maintenance services across the whole of Dacorum.• Lot D comprises tree-planting services across the whole of Dacorum. Lots A and B will be awarded to two separate Contractors. However, one Contractor could be awarded Lots A or B, and also C and/or D. For avoidance of doubt, Contractors can tender for all contracts, but will not be able to win all 4 contracts.
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:
60 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Contract is for an initial 3 year period with an option to extend for a further 2 years.The contract renewal date could be at at he end of year 3 or year 5
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Minimum criteria as stated in the tender documentation.
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
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Minimum criteria as stated in the tender documentation.
III.2.2) Contract performance conditions
Minimum criteria as stated in the tender documentation.
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.1.8) 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:
26/01/2024
Local time: 11:59
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
26/01/2024
Local time: 12:03
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
36 months or 60 month
VI.4) Procedures for review
VI.4.1) Review body
Dacorum Borough Council
The Forum
Hemel Hempstead
HP1 1DN
UK
Internet address(es)
URL: https://www.dacorum.gov.uk
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
London
EC4Y 1EU
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Tenderers have a right of appeal within the Public Contract Regulations 2015.
VI.5) Date of dispatch of this notice
05/12/2023