Contract notice

Information

Published

Expire date: 19.4.2024

External Reference: 2024-569763

FTS Reference: 2024-009059

Contract notice

[NoticeContract]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Winchester City Council
00609812
Winchester City Council
Colebrook Street, Winchester
SO23 9LJ
UK
[Contactpoint]: Jamie Butt
[AddressPhone]: +44 000000
[Nutscode]:  UKJ35 -  South Hampshire
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=76763&B=WCC
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeLocalauth]
I.5)

[Mainactivity]

[MainactivGeneral]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

TMF 2 - Tree Management Framework 2025 - 2029
[Fileref]:  WCC/TMF2/82576
II.1.2)

[CpvMain]

77211500  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

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)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 1000000.00  GBP
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

77211500  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UKJ35 -  South Hampshire
[Nutscode]:  UKJ -  SOUTH EAST (ENGLAND)
[Nutscode]:  UK -  UNITED KINGDOM
[MainsiteplaceWorksDelivery]:  
The Winchester City Council District
II.2.4)

[DescrProcurement]

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
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 1000000.00  GBP
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedMin]: 3  /  [MaxNumber]: 6
[CriteriaChoosingLimited]:
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)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

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)

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  Selection criteria as stated in the procurement documents
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeRestricted]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
[FrameworkSeveral]
[FrameworkParticipEnvis]:  6
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2024/S 000-001416
IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  19.4.2024
[Time]:  17:00
IV.2.3)

[DateDispatchTenderParticipate]

[Date]: 28.5.2024
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  1.7.2025

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

Interested parties should register their interest in the project via CTM as below. Tenderers will need to complete the Selection Questionnaire along with any supporting within the deadline stated for their application to be considered for be inclusion in the tender process.
To register for the tender and access the tender documents, Tenderers will need to register via the Complete Tender Management system (CTM), which can be accessed using the following link:
https://uk.eu-supply.com/login.asp?B=WCC
To register on CTM, click on the above URL below and follow the instructions 1 and 2:
1) Click on “New supplier registration”
2) Complete the Supplier Registration form.
Please read the further instruction within the tender supplier guidance on the portal and tender documents. If you need any further assistance with registration or have any queries about using CTM, please contact EU Supply as follows:
E-mail: uksupport@eu-supply.com
Telephone: 0800 840 2050 during office hours ONLY (08.00 to 17.00)
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

London - High Court
Technology and Construction Court
London
EC4A 1NL
UK
[AddressPhone]: +44 2079477156

VI.4.2)

[MediationBody]

Service Lead – Legal Services Winchester City Council
City Offices, Colebrook Street
Winchester
SO23 9LJ
UK
[AddressPhone]: +44 1962840222

VI.4.4)

[AppealsInfo]

Service Lead – Legal Services Winchester City Council
City Offices, Colebrook Street
Winchester
SO23 9LJ
UK
[AddressPhone]: +44 1962840222