Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Southend-on-Sea City Council
Civic Centre
SOUTHEND-ON-SEA
SS26EN
UK
Contact person: procurementadvisors@southend.gov.uk
Telephone: +44 1702215000
E-mail: procurementadvisors@southend.gov.uk
NUTS: UKH31
Internet address(es)
Main address: https://www.southend.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procurement.southend.gov.uk/southend/portal.nsf/index.htm
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procurement.southend.gov.uk/southend/portal.nsf/index.htm
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://procurement.southend.gov.uk/southend/portal.nsf/index.htm
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
Tender for Arboriculture Services
Reference number: DN675721
II.1.2) Main CPV code
77211500
II.1.3) Type of contract
Services
II.1.4) Short description
Southend-on-Sea City Council (the Council) are seeking tender responses as part of a competitive procurement process to appoint a qualified Contractor in the re-tendering of the Council's Arboriculture Services Contract.
Southend-on-Sea is well known for its parks and gardens. Trees are important to the City's residents whether the trees are growing in parks or in streets. Maintenance of the street scene in general is a key corporate priority for the Council. The related contract, and the appointed Contractor, will play an important part in ensuring the successful delivery of this key priority, by undertaking arboricultural services on the Council's behalf. For this reason, it is imperative all tree work undertaken by the appointed Contractor is carried out by experienced and skilled staff to the standards specified in the Tender Documents.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
77211300
77211400
77211500
77211600
77310000
77340000
98000000
II.2.3) Place of performance
NUTS code:
UKH31
II.2.4) Description of the procurement
Southend-on-Sea City Council (the Council) are seeking tender responses as part of a competitive procurement process to appoint a qualified Contractor in the re-tendering of the Council's Arboriculture Services Contract.
Southend-on-Sea is well known for its parks and gardens. Trees are important to the City's residents whether the trees are growing in parks or in streets. Maintenance of the street scene in general is a key corporate priority for the Council. The related contract, and the appointed Contractor, will play an important part in ensuring the successful delivery of this key priority, by undertaking arboricultural services on the Council's behalf. For this reason, it is imperative all tree work undertaken by the appointed Contractor is carried out by experienced and skilled staff to the standards specified in the Tender Documents.
For the avoidance of doubt, all perspective tenderers are advised that there is an incumbent Contractor, and it is believed that TUPE will apply. One of the minimum requirements of the procurement process is requesting the TUPE information from the Council. The full details of how to do this are provided in the Tender Documents.
The Tender Documents can be accessed via:
https://procurement.southend.gov.uk/southend/portal.nsf/index.htm
The deadline for receipt of clarification requests relating to the Tender Documents: 14:00 Friday 27th October 2023
The deadline for submission of Tender Responses is: 14:00 Tuesday 14th November 2023
The Minimum Level Requirements of the procurement process are covered in detail in the Tender Documents provided. This includes, but is not limited to, detail on TUPE Requirements, a Tenderer's ability, Financial Standing, Insurance and mandatory service requirements.
Mandatory service requirements include, but are not limited to, Permits and Licences required for working on the Highway, the contract's timeframes and response times, as well as the confirmed standards for the related tree work.
In regard to the evaluation the elements which are "scored" or "pass / fail" are fully explained within the documentation provided as part of the procurement process.
The proposed duration of the initial contract period is 5 years 2 months, with a possible extension of a further 2 years (or any part thereof).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 62
This contract is subject to renewal: Yes
Description of renewals:
The proposed duration of the initial contract period is 5 years 2 months, with a possible extension of a further 2 years (or any part thereof). Further detail is provided in relation to the duration of the Contract in Tender Documents.
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:
Yes
Description of options:
See II.2.7.
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 current annual budget is in the region of £379,000. However, this level of spend is not guaranteed and is subject to change, and may decrease over the duration of the contract. This is covered further in the Tender Documents.
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:
This is outlined in the Tender Documents
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.2.3) 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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/11/2023
Local time: 14:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
14/11/2023
Local time: 14:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
21/09/2023