II.1)
Scope of the procurement
TMF 2 - Tree Management Framework 2025 - 2029
Reference number:
WCC/TMF2/82576
77211500
-
Tree-maintenance services
Services
II.1.4)
Short description
The council is seeking to establish a tree maintenance framework to carry out works across the District (as defined by the map in tender) as directed in line with the council’s annual tree programme. The council is responsible for c.45k trees and small woodlands across open and confined spaces (back gardens). The framework will be multisource with a preferred up to a maximum 6 suppliers over a 4 year period. The estimated total spend for the duration of this framework is within the range — GBP 300 000 to GBP 1,000,000 but this is not guaranteed
II.1.5)
Estimated total value
Value excluding VAT: 1000000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
77211500
-
Tree-maintenance services
II.2.3)
Place of performance
NUTS code:
UKJ35 -
South Hampshire
NUTS code:
UKJ -
SOUTH EAST (ENGLAND)
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
The Winchester City Council District
II.2.4)
Description of the procurement
Winchester City Council is committed to maintaining and enhancing the district of Winchester’s (as shown in the map in the tender) built and natural environment. Protecting and improving the environment for residents is important. The district’s trees provide an enormous asset, making it one of the greener towns in the south. The council is responsible for c.45k trees and small woodlands that need to be managed to maximise ecological, landscape and social gain whilst being resilient to future pressures such as climate change and disease. Additionally, the council has a duty of care to manage it’s trees in an effective and appropriate manner, to reduce the risk they pose to people and property. The vast majority of trees and woodlands are on publicly accessible land but some will be in confined areas in council tenant’s back gardens. The council are seeking to appoint contractors to a framework for tree maintenance services throughout the year across the district, over a max 4-year period, commencing 1/01/25. This exercise replaces an existing successful framework ending 31/12/24. This framework will operate in a similar way and with contractors working closely with the council's in-house tree surveyors, who will identify and issue orders for the tree works via an industry standard cloud-based system. This system was implemented three years ago to streamline the ordering process. Successful applicants will be required to obtain at least a Contractor's Module licence upon award and retain them throughout the contract. The council have a proactive tree inspection programme with identified risk zones. The framework will service this programme but it will not be exclusive. Works include pruning and felling, with an element of tree planting and other associated works. Additionally, there will be reactive orders following response to enquiries and events, which means a 24 hour/365 day emergency call out service is required. Orders will be spread across the Winchester District area, as shown in the map within the tender. The outcome of this procurement reflects the council’s priorities to tackle climate change, ensure the use of technology to improve customer access, speed up processes, improves service, reduce cost and protect and enhance the environment
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 1000000.00
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
Envisaged minimum number:
3
/
Maximum number:
6
Objective criteria for choosing the limited number of candidates:
To be fully detailed in the procurement documents. It is envisaged there will be a maximum 6 providers (minimum 3) on the framework. Candidates will need to complete a Selection Questionnaire containing pass / fail and weighted questions. A minimum pass score will be required along with passes to all pass fail questions to proceed to the tender stage 2. Up to 10 candidates that meet the conditions stated may be invited to the tender following evaluation of Selection Questionnaires (stage 1).
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
Interested parties should register on the link below and complete the Selection Questionnaire only, along with any supporting information by 17:00 on 19/04/2024;
1) https://uk.eu-supply.com/login.asp?B=WCC
2) Click on the 'new supplier registration';
3) Complete the supplier registration form
Further assistance with registration:
email: uksupport@eu-supply.com
Tel: 0800 840 2050 (8am to 5pm)