Tender

Framework Agreement for the Provision of Arboricultural and Horticultural Services in the London Borough of Redbridge

LONDON BOROUGH OF REDBRIDGE

This public procurement record has 1 release in its history.

Tender

16 Aug 2017 at 10:05

Summary of the contracting process

The London Borough of Redbridge is seeking tenders for a Framework Agreement focused on Arboricultural and Horticultural Services, which will be effective from 1st December 2017 until 30th November 2021. The procurement process is currently in the Tender stage, with submissions due by 17:00 on 8th September 2017. This initiative falls within the horticultural services industry and includes multiple lots, covering various operations such as tree maintenance, grounds maintenance, and emergency tree services, with an estimated annual expenditure of up to £1.9 million across all lots.

This tender presents significant opportunities for businesses specialising in horticultural services, particularly those with experience in arboreal and landscape maintenance. Firms that can meet the qualifications for the lots can compete for a share of the framework, enhancing their prospects for growth in the public sector. Additionally, small and medium-sized enterprises (SMEs) are encouraged to participate, especially those capable of demonstrating financial viability and technical capability, thereby potentially securing valuable contracts throughout the framework period.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Framework Agreement for the Provision of Arboricultural and Horticultural Services in the London Borough of Redbridge

Notice Description

The Council of the London Borough of Redbridge ("the Authority") is seeking Tenders from suitably experienced and qualified organisations for appointment to the Framework Agreement for the Provision of Arboricultural and Horticultural Services in the London Borough of Redbridge ("the Framework"). The Framework shall commence on 1st December 2017 and, subject to satisfactory performance, shall continue up to and including 30th November 2021 ("the Framework Period"). The Framework is divided into five (5) Lots as follows:- Lot 1: Arboricultural Services: (In the region of fifteen (15) organisations to be appointed) All tree related maintenance operations from ground level and within the tree for pruning and tree removal. Lot 2: Horticultural and Aboricultural Services (In the region of fifteen (15) organisations to be appointed) All grounds maintenance related activities from shrub, Rose and hedge pruning, shrub bed maintenance, ground clearance, tree work at ground level and tree/shrub planting. Lot 3: Grass Cutting Operations (In the region of five (5) organisation to be appointed) Amenity grass cutting on the highway and other Authority owned sites. Lot 4: Weed Control and Pesticide Treatment: (One (1) organisation to be appointed) General applications on footpaths and shrub beds. Lot 5: Arboricultural Emergency Service: (One (1) Primary and one (1) Secondary organisation to be appointed) Standalone fixed term provision for in and out of hours emergency tree service The Authority's estimated expenditure per annum required under each of the Lots is as follows: Lot 1: Arboricultural Services between PS100,000 and PS200,000 per annum Lot 2: Horticultural and Arboricultural Services between PS100,000 and PS200,000 per annum Lot 3: Grass Cutting Operations between PS50,000 and PS75,000 per annum Lot 4: Weed Control and Pesticide Treatment between PS100,000 and PS200,000 per annum Lot 5: Arboricultural Emergency Service at approximately PS5,000 per annum Organisations shall be aware that the above anticipated expenditure is provided for information and guidance purposes only and should not be considered as the actual expenditure that will apply during the Framework Period. Organisations are permitted to tender for any one (1) or more Lots for which they consider they are suitably qualified and experienced. Organisations shall be aware however that appointment to each Lot will be evaluated separately. Therefore appointment to one Lot of the Framework will not automatically mean the organisation is appointed to any other Lot for which it submitted a Tender. Organisations shall see above for the number of organisations the Authority anticipates appointing to each Lot. Additional information: Tenderers shall be experienced in providing similar services and shall also be required, as part of their Tender, to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a contract of this nature. Also, as a pre-condition to their Tenders being evaluated, Tenderers will have to satisfy the mandatory and discretionary grounds for exclusion contained in the Selection Questionnaire. The Authority carries out financial appraisals of all organisations that Tender for the Authority's contracts to ensure that such organisations satisfy the Authority's minimum standards of economic and financial standing. In this instance the Authority has set the following financial thresholds for each Lot:- Lot 1 - minimum of PS67,000 annual turnover in last 2 years Lot 2 - minimum of PS67,000 annual turnover in last 2 years Lot 3 - minimum of PS47,000 annual turnover in last 2 years Lot 4 - minimum of PS112,000 annual turnover in last 2 years Lot 5 - minimum of PS8,000 annual turnover in last 2 years The Authority has also set a ratio of no lower than 8 out of 20. The Authority retains discretion to exclude any organisation that fails to meet this standard. Appointment to each Lot of the Framework shall be based on the most economically advantageous Tenders received from those organisations that submit a Tender for that Lot. Such Tenders shall be evaluated in accordance with the following Evaluation Criteria: Price 70% Quality 30% A full breakdown of the Evaluation Criteria is contained in the Tender Documents (Volume C). Organisations are advised that whilst it is the intention of the Authority to utilise the Framework as the primary source of the services covered by each Lot, the Authority reserves the right to obtain the service from alternative sources should this represent best value. Further, appointment of an organisation to any Lot on the Framework does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the Framework Period. All Call-Off Contracts shall be awarded in accordance with the procedures detailed in the Tender Documents (Volume C) and the Specification (Volume B). Organisations shall be aware that any Call-Off Contract awarded prior to the expiration of the Framework may continue beyond the expiration of the Framework Period. In such circumstances the organisation will be bound by the terms of the Framework and the Call-Off Contract, including but not limited to with regard to the price for the Call-Off Contract, until such time as the Call-Off Contract expires or is terminated by the Authority. The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 ("TUPE") are likely to apply to Lot 4: Weed Control and Pesticide Treatment of the Framework Agreement. Organisations will be required to comply with their obligations under TUPE without additional cost to the Authority. The Contact Documents comprise of the following: * Instructions for the Submission of a Tender; * Conditions of Contract (Volume A); * Specification (Volume B); * Tender Documents (Volume C - incorporating Schedule of Rates in an Excel Spreadsheet as Schedule A); and * Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) Staffing Details (Volume D) (Lot 4 only) Any organisation that considers it has the expertise to be appointed to any one or more of the Lots on the Framework can obtain the Contract Documents in accordance with the instructions below:- * Register your organisation free of charge at www.londontenders.org; * Await acceptance: you will receive an e-mail confirming your username and password for the London Tenders Portal; * Use your username and password to log in to the London Tenders Portal and express your interest in the Framework; * After you have expressed an interest you will receive an e-mail link to access the Contract Documents; * Then follow the guidance contained in the Instructions for Submission of a Tender; * All Tenders must be submitted via the London Tenders Portal. All Tenders shall be submitted in accordance with the Instructions for the Submission of a Tender and must be submitted by no later than 17:00 Hours (05:00 pm) on Friday 8th September 2017.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-b2994255-637b-42ef-bec6-388764716ca5
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/89afae22-790c-4f1f-b140-9cfe9d062e02
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services


CPV Codes

77300000 - Horticultural services

Notice Value(s)

Tender Value
£1,900,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Aug 20178 years ago
Submission Deadline
18 Sep 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Dec 2017 - 30 Nov 2021 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF REDBRIDGE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
ILFORD
Postcode
IG1 1NN
Post Town
Ilford
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI5 Outer London - East and North East
Small Region (ITL 3)
TLI53 Redbridge and Waltham Forest
Delivery Location
TLI London

Local Authority
Redbridge
Electoral Ward
Ilford Town
Westminster Constituency
Ilford South

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-b2994255-637b-42ef-bec6-388764716ca5-2017-08-16T11:05:31+01:00",
    "date": "2017-08-16T11:05:31+01:00",
    "ocid": "ocds-b5fd17-b2994255-637b-42ef-bec6-388764716ca5",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "REDBR001-DN291768-81593339",
        "title": "Framework Agreement for the Provision of Arboricultural and Horticultural Services in the London Borough of Redbridge",
        "description": "The Council of the London Borough of Redbridge (\"the Authority\") is seeking Tenders from suitably experienced and qualified organisations for appointment to the Framework Agreement for the Provision of Arboricultural and Horticultural Services in the London Borough of Redbridge (\"the Framework\"). The Framework shall commence on 1st December 2017 and, subject to satisfactory performance, shall continue up to and including 30th November 2021 (\"the Framework Period\"). The Framework is divided into five (5) Lots as follows:- Lot 1: Arboricultural Services: (In the region of fifteen (15) organisations to be appointed) All tree related maintenance operations from ground level and within the tree for pruning and tree removal. Lot 2: Horticultural and Aboricultural Services (In the region of fifteen (15) organisations to be appointed) All grounds maintenance related activities from shrub, Rose and hedge pruning, shrub bed maintenance, ground clearance, tree work at ground level and tree/shrub planting. Lot 3: Grass Cutting Operations (In the region of five (5) organisation to be appointed) Amenity grass cutting on the highway and other Authority owned sites. Lot 4: Weed Control and Pesticide Treatment: (One (1) organisation to be appointed) General applications on footpaths and shrub beds. Lot 5: Arboricultural Emergency Service: (One (1) Primary and one (1) Secondary organisation to be appointed) Standalone fixed term provision for in and out of hours emergency tree service The Authority's estimated expenditure per annum required under each of the Lots is as follows: Lot 1: Arboricultural Services between PS100,000 and PS200,000 per annum Lot 2: Horticultural and Arboricultural Services between PS100,000 and PS200,000 per annum Lot 3: Grass Cutting Operations between PS50,000 and PS75,000 per annum Lot 4: Weed Control and Pesticide Treatment between PS100,000 and PS200,000 per annum Lot 5: Arboricultural Emergency Service at approximately PS5,000 per annum Organisations shall be aware that the above anticipated expenditure is provided for information and guidance purposes only and should not be considered as the actual expenditure that will apply during the Framework Period. Organisations are permitted to tender for any one (1) or more Lots for which they consider they are suitably qualified and experienced. Organisations shall be aware however that appointment to each Lot will be evaluated separately. Therefore appointment to one Lot of the Framework will not automatically mean the organisation is appointed to any other Lot for which it submitted a Tender. Organisations shall see above for the number of organisations the Authority anticipates appointing to each Lot. Additional information: Tenderers shall be experienced in providing similar services and shall also be required, as part of their Tender, to complete a Selection Questionnaire containing information about their economic and financial standing, technical capability and other general information. This information will be assessed to establish that the organisation is financially viable and technically capable of undertaking a contract of this nature. Also, as a pre-condition to their Tenders being evaluated, Tenderers will have to satisfy the mandatory and discretionary grounds for exclusion contained in the Selection Questionnaire. The Authority carries out financial appraisals of all organisations that Tender for the Authority's contracts to ensure that such organisations satisfy the Authority's minimum standards of economic and financial standing. In this instance the Authority has set the following financial thresholds for each Lot:- Lot 1 - minimum of PS67,000 annual turnover in last 2 years Lot 2 - minimum of PS67,000 annual turnover in last 2 years Lot 3 - minimum of PS47,000 annual turnover in last 2 years Lot 4 - minimum of PS112,000 annual turnover in last 2 years Lot 5 - minimum of PS8,000 annual turnover in last 2 years The Authority has also set a ratio of no lower than 8 out of 20. The Authority retains discretion to exclude any organisation that fails to meet this standard. Appointment to each Lot of the Framework shall be based on the most economically advantageous Tenders received from those organisations that submit a Tender for that Lot. Such Tenders shall be evaluated in accordance with the following Evaluation Criteria: Price 70% Quality 30% A full breakdown of the Evaluation Criteria is contained in the Tender Documents (Volume C). Organisations are advised that whilst it is the intention of the Authority to utilise the Framework as the primary source of the services covered by each Lot, the Authority reserves the right to obtain the service from alternative sources should this represent best value. Further, appointment of an organisation to any Lot on the Framework does not guarantee any minimum level of income for the organisation or that the organisation will be awarded any Call-Off Contract during the Framework Period. All Call-Off Contracts shall be awarded in accordance with the procedures detailed in the Tender Documents (Volume C) and the Specification (Volume B). Organisations shall be aware that any Call-Off Contract awarded prior to the expiration of the Framework may continue beyond the expiration of the Framework Period. In such circumstances the organisation will be bound by the terms of the Framework and the Call-Off Contract, including but not limited to with regard to the price for the Call-Off Contract, until such time as the Call-Off Contract expires or is terminated by the Authority. The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 (\"TUPE\") are likely to apply to Lot 4: Weed Control and Pesticide Treatment of the Framework Agreement. Organisations will be required to comply with their obligations under TUPE without additional cost to the Authority. The Contact Documents comprise of the following: * Instructions for the Submission of a Tender; * Conditions of Contract (Volume A); * Specification (Volume B); * Tender Documents (Volume C - incorporating Schedule of Rates in an Excel Spreadsheet as Schedule A); and * Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) Staffing Details (Volume D) (Lot 4 only) Any organisation that considers it has the expertise to be appointed to any one or more of the Lots on the Framework can obtain the Contract Documents in accordance with the instructions below:- * Register your organisation free of charge at www.londontenders.org; * Await acceptance: you will receive an e-mail confirming your username and password for the London Tenders Portal; * Use your username and password to log in to the London Tenders Portal and express your interest in the Framework; * After you have expressed an interest you will receive an e-mail link to access the Contract Documents; * Then follow the guidance contained in the Instructions for Submission of a Tender; * All Tenders must be submitted via the London Tenders Portal. All Tenders shall be submitted in accordance with the Instructions for the Submission of a Tender and must be submitted by no later than 17:00 Hours (05:00 pm) on Friday 8th September 2017.",
        "datePublished": "2017-08-16T11:05:31+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "77300000",
            "description": "Horticultural services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 1900000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2017-09-18T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2017-12-01T00:00:00Z",
            "endDate": "2021-11-30T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/89afae22-790c-4f1f-b140-9cfe9d062e02",
                "datePublished": "2017-08-16T11:05:31+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-50180",
            "name": "London Borough of Redbridge",
            "identifier": {
                "legalName": "London Borough of Redbridge"
            },
            "address": {
                "streetAddress": "7th Floor, Lynton House, 255-259 High Road",
                "locality": "Ilford",
                "postalCode": "IG1 1NN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Stephen Potter",
                "email": "steve.potter@redbridge.gov.uk",
                "telephone": "+44 2087083085"
            },
            "details": {
                "url": "http://www.redbridge.gov.uk/"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-50180",
        "name": "London Borough of Redbridge"
    }
}