Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Wandsworth Borough Council
Town Hall, Wandsworth High Street, Wandsworth
Contact point(s): The Parks Office
For the attention of: Simon Cooper-Grundy
SW18 2PU London
UNITED KINGDOM
Telephone: +44 2088718117
E-mail:
Internet address(es):
Address of the buyer profile: www.wandsworth.gov.uk
Further information can be obtained from: Wandsworth Borough Council
Parks Office, Battersea Park
Contact point(s): Parks Office
For the attention of: Simon Cooper-Grundy
SW11 4NJ London
UNITED KINGDOM
Telephone: +44 2088718117
E-mail:
Internet address: www.wandsworth.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Wandsworth Borough Council
Parks Office, Battersea Park
Contact point(s): Parks Office
For the attention of: Simon Cooper-Grundy
SW11 4NJ London
UNITED KINGDOM
Telephone: +44 2088718117
E-mail:
Internet address: www.wandsworth.gov.uk
Tenders or requests to participate must be sent to: Wandsworth Borough Council
Parks Office, Battersea Park
Contact point(s): Parks Office
For the attention of: Simon Cooper-Grundy
SW11 4NJ London
UNITED KINGDOM
Telephone: +44 2088718117
E-mail:
Internet address: www.wandsworth.gov.uk
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Tree Maintenance Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 26: Recreational, cultural and sporting services
NUTS code UKI11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Tree-maintenance services. Tree-clearing services. Tree-cutting services. Tree pruning and hedge trimming. Tree pruning. the routine maintenance of the council’s trees located in its parks, commons, cemeteries, other open spaces, highway footpaths, verges and planted areas and the grounds of housing estates and some schools. This includes the provision of a seven day a week out of hours emergency service to deal with urgent tree related matters.
II.1.6)Common procurement vocabulary (CPV)77211500, 77211300, 77211400, 77340000, 77341000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The approximate annual value of this contract is 980 000 GBP.
Estimated value excluding VAT: 11 760 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: The contract will be for a period of eight years, with the option of a mutually agreed extension of four years.
Provisional timetable for recourse to these options:
in months: 96 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 48 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 144 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: 1. Satisfactory evidence of at least three years relevant experience of providing similar services to those required by the council;
2. Satisfactory evidence of the ability to deliver to the contract standard drawn from referees;
3. Satisfactory evidence of the professional and technical qualifications and experience of the individuals assigned to deliver the service(s). This includes, where relevant, evidence of recognised accreditations in respect of tree maintenance operations.
4. Evidence of economic and financial standing in respect of viability to perform the services including the submission and evaluation of three years financial accounts, the latest being no more than 18 months old and suitable insurance cover. (Public Liability to a minimum of 5 000 000 GBP (five million pounds) per occurrence, Employers Liability to a minimum of 10 000 000 GBP (ten million pounds), or a statement that these will be obtained if awarded the contract;
5. Satisfactory evidence that the organisation has an annual turnover equivalent to at least twice the contract value (or the combined value of the two contracts if an applicant wishes to express an interest in both this contract and the parks maintenance contract);
6. Satisfactory evidence of a sound record of quality standards including complaint handling; and sound policies as required including health and safety and equalities.
It is intended to restrict the tender list to a maximum of six companies for each of the contracts. If more than six companies fulfil the criteria for selection to tender for either contract, those scoring the highest number of points on the reference evaluation criteria will be invited to tender.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 17.1.2012 - 23:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate18.1.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional informationThe contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).However, any selection of tenderers will be based solely on the criteria set out for the procurement,and the contract will be awarded on the basis of the most economically advantageous tender. Wandsworth Council is inviting separate tenders for the provision of a parks maintenance service and will be inviting tenderers to set out what discount, if any, they would offer in the event that they were awarded both contracts.
The contract is expected to commence on 24.2.2013.
Applicants are advised that references will be obtained in writing from three referees. It is the applicant’s responsibility to ensure that their referees respond within the time scale. GO Reference: GO-20111130-PRO-2778066.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:30.11.2011