Arboricultural services.

CONTRACT NOTICE

Services

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Mid Sussex District Council
Oaklands, Oaklands Road, West Sussex
Contact: Landscapes
Attn: Rupert Browning
RH16 1SS Haywards Heath
UNITED KINGDOM
Tel. +44 1444458166

Further information can be obtained at: Horsham District Council
Park North, North Street
Contact: Procurement
Attn: Amy Wilkinson
RH12 1RL Horsham, West Sussex
UNITED KINGDOM
Tel. +44 1403215299
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: Horsham District Council
Park North, North Street
Contact: Procurement
Attn: Amy Wilkinson
RH12 1RL Horsham, West Sussex
UNITED KINGDOM
Tel. +44 1403215299
E-mail:

Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Regional or local agency/office
General public services
The contracting authority is purchasing on behalf of other contracting authorities Yes

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
Arboricultural services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category: No 27
Main place of performance West Sussex.

NUTS code UKJ24

II.1.3)The notice involves
A public contract
II.1.4)Information on framework agreement
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT 2 800 000 GBP
II.1.5)Short description of the contract or purchase(s)
The provision of arboricultural services for Mid Sussex District Council, Horsham District Council and Crawley Borough Council. This includes emergency/out of hours work and sites include social housing where vulnerable members of the community reside. It is important that any tree works are carried out by a qualified and competent tree surgeon in accordance with British Standard BS3998:2010 (or equivalent). The contractor must also be approved or in the process of being approved by the UK arboricultural association (or equivalent). The estimated contract value advertised includes a 5 year contract extension. Mid Sussex District Council is the lead Contracting Authority however the Procurement administration will be based at Horsham District Council.
II.1.6)Common procurement vocabulary (CPV)

77211500, 77341000, 77340000, 77211600, 77211400, 77211300

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
No
II.1.8)Division into lots
Yes
tenders should be submitted for one or more lots
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
II.2.2)Options
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION

INFORMATION ABOUT LOTS

LOT NO: 1 TITLE MID SUSSEX DISTRICT COUNCIL
1)SHORT DESCRIPTION
2)COMMON PROCUREMENT VOCABULARY (CPV)

77211500, 77211300, 77211400, 77211600, 77340000, 77341000

3)QUANTITY OR SCOPE
Value below is per annum.
Excluding VAT 60 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 2 TITLE HORSHAM DISTRICT COUNCIL
1)SHORT DESCRIPTION
2)COMMON PROCUREMENT VOCABULARY (CPV)

77211500, 77341000, 77340000, 77211600, 77211400, 77211300

3)QUANTITY OR SCOPE
Value below is per annum.
Excluding VAT 50 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 3 TITLE CRAWLEY BOROUGH COUNCIL
1)SHORT DESCRIPTION
2)COMMON PROCUREMENT VOCABULARY (CPV)

77211500, 77341000, 77340000, 77211600, 77211400, 77211300

3)QUANTITY OR SCOPE
Value below is per annum.
Excluding VAT 170 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS

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 regulating 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 to which the performance of the contract is subject
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 capacity
III.2.3)Technical capacity
III.2.4)Reserved contracts
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service

SECTION IV: PROCEDURE

IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 1 maximum number 3
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)AWARD CRITERIA
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 70
2. Business capability. Weighting 8
3. Contract management. Weighting 8
4. Health & safety. Weighting 6
5. Environmental impact. Weighting 5
6. Value added services. Weighting 3
IV.2.2)An 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 contract
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time-limit for receipt of tenders or requests to participate
19.8.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
8.9.2011
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders No

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
Yes
estimated timing for further notices to be published: 5 years from contract start with an option to extend for up to 5 years.
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3)ADDITIONAL INFORMATION
IV.3.4 applies to approximate date invitation to tender is due out and completed tender return date.
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:
28.6.2011

Other interesting websites