Tender

Arboricultural Services

WESTMINSTER CITY COUNCIL

This public procurement record has 3 releases in its history.

Tender

18 Sep 2025 at 11:26

Planning

12 Sep 2025 at 10:14

Planning

23 Apr 2025 at 13:36

Summary of the contracting process

Westminster City Council is currently in the tender stage for the provision of arboricultural services, focusing on tree management, care, and maintenance in public spaces. This procurement, titled "Arboricultural Services," falls under the services category and spans various activities such as tree planting, maintenance, pruning, removal, and emergency cover. The primary location for these services is in London, specifically in the UKI32 region. The open procurement process requires submissions by 21st October 2025, with the award period concluding on 12th December 2025. The contract value is estimated at £16.5 million to £19.8 million, and the successful bidder is expected to start the service contract on 1st May 2026, with a potential maximum period until 2035.

This tender represents substantial opportunities for businesses specializing in environmental management and arboriculture, including small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs). With a focus on ensuring environmental health and biodiversity, businesses equipped with advanced tree maintenance capabilities and those attentive to health and safety regulations will find this contract beneficial for growth. Additionally, companies that can align their offerings with the council's environmental, sustainability objectives, and statutory obligations may find this procurement especially rewarding. The open procedure method invites competitive participation and businesses with the capability to meet the council's quality and commercial criteria are encouraged to apply.

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

Arboricultural Services

Notice Description

Arboricultural Services encompasses the management, care and maintenance of trees in public spaces. This includes a range of activities aimed at ensuring the health, safety and sustainability of the tree population. The authority is responsible for the maintenance of trees in parks, on our streets, and in other public and open spaces, which are crucial for environmental health and biodiversity. Services include but are not limited to: * Tree planting * Tree watering and establishment * Maintenance and pruning * Tree removal; and * Emergency 24-hour cover Additionally, Arboricultural Services contribute significantly to Councils statutory town planning obligations and environmental policy initiatives, ensuring trees are embedded in polices and strategic initiatives that align with broader sustainability goals such as improved air quality, enhancing biodiversity and combating climate change, demonstrating our commitment to environmental goals and the wellbeing of our communities. Statutory Framework Local authorities have a Duty of Care to prevent or minimise the risk of injury or damage to property caused by tree failure to those reasonably likely to be affected. This duty arises from: * Occupiers' Liability Act (1957 and 1984). * Health and Safety at Work Act (1974) * Highways Act (1980) * Common Law liability of Negligence and Nuisance The Council's tree management regime maintenance contract is required to minimise the risk of liability arising from our Duty of Care and other statutory and common law obligations. Objectives The overall objectives for the new contract will be but not limited to: * Ensure the Councils statutory duties in relation to Arboricultural services are delivered. * Provide continued support to other areas of the Council with the aim of ensuring best value for money and a continuing high level of performance. * Contribute to greening, biodiversity, social value and health & wellbeing / physical activity outcomes; and * Continue to deliver current priorities such as the Council's Fairer Westminster priorities, #2035, environmental targets and public realm strategies as appropriate. * Ensure contract management and accountability, ensuring that the new service provider delivers on KPIs related to service quality, environmental goals, and community engagement. * Ensure compliance with legal, financial, and procurement regulations. * Introduce greater service flexibility to accommodate future changes in priorities, such as the potential to merge responsibilities and or deliverables with Highways or Public Realm initiatives. * Enhanced social value contributions, increased focus on climate action, greening and biodiversity. Contractual activities required to meet objectives will include, but are not limited to: * Tree surgery operations in order to maintain a healthy stock of highway trees and to minimise the risk from trees to users of the public highway, parks and cemeteries and housing estates and properties. * Tree surgery operations to Council owned trees to reduce the likelihood of subsidence related damage to adjacent properties. * Tree removal to minimise the risks of tree failure. * Tree planting including site investigations, young tree watering and establishment; and * Providing a 24-hour emergency service to deal with urgent tree related incidents.

Lot Information

Lot 1

Renewal: Extension will be subject to successful operational performance of contract delivery (including KPI's) and a maximum term of 3 years.

Planning Information

Request for Information. Please refer to project portal for further information. https://wcc.ukp.app.jaggaer.com/esop/ogc-host/public/wcc/web/login.jst?VISITORID=4a0544d5-013a-4429-ae33-6f6aa52d8650&_ncp=1722428316887.988243-1

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05066b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/057685-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

77211400 - Tree-cutting services

77211500 - Tree-maintenance services

77310000 - Planting and maintenance services of green areas

Notice Value(s)

Tender Value
£16,500,000 £10M-£100M
Lots Value
£16,500,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Sep 20255 months ago
Submission Deadline
21 Oct 2025Expired
Future Notice Date
12 Sep 2025Expired
Award Date
Not specified
Contract Period
30 Apr 2026 - 30 Apr 2032 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WESTMINSTER CITY COUNCIL
Contact Name
Not specified
Contact Email
procurementteammailbox@westminster.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1E 6QP
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI London, TLI32 Westminster

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-h6vhtk-05066b-2025-09-18T12:26:29+01:00",
    "date": "2025-09-18T12:26:29+01:00",
    "ocid": "ocds-h6vhtk-05066b",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PJVD-6261-BPPJ",
            "name": "Westminster City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJVD-6261-BPPJ"
            },
            "address": {
                "streetAddress": "64 Victoria Street",
                "locality": "London",
                "postalCode": "SW1E 6QP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "procurementteammailbox@westminster.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.westminster.gov.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJVD-6261-BPPJ",
        "name": "Westminster City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Request for Information. Please refer to project portal for further information. https://wcc.ukp.app.jaggaer.com/esop/ogc-host/public/wcc/web/login.jst?VISITORID=4a0544d5-013a-4429-ae33-6f6aa52d8650&_ncp=1722428316887.988243-1",
                "dueDate": "2025-05-09T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "016556-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/016556-2025",
                "datePublished": "2025-04-23T14:36:23+01:00",
                "format": "text/html"
            },
            {
                "id": "056091-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/056091-2025",
                "datePublished": "2025-09-12T11:14:03+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "PRJ_30531 - Arboricultural Services",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Arboricultural Services",
        "description": "Arboricultural Services encompasses the management, care and maintenance of trees in public spaces. This includes a range of activities aimed at ensuring the health, safety and sustainability of the tree population. The authority is responsible for the maintenance of trees in parks, on our streets, and in other public and open spaces, which are crucial for environmental health and biodiversity. Services include but are not limited to: * Tree planting * Tree watering and establishment * Maintenance and pruning * Tree removal; and * Emergency 24-hour cover Additionally, Arboricultural Services contribute significantly to Councils statutory town planning obligations and environmental policy initiatives, ensuring trees are embedded in polices and strategic initiatives that align with broader sustainability goals such as improved air quality, enhancing biodiversity and combating climate change, demonstrating our commitment to environmental goals and the wellbeing of our communities. Statutory Framework Local authorities have a Duty of Care to prevent or minimise the risk of injury or damage to property caused by tree failure to those reasonably likely to be affected. This duty arises from: * Occupiers' Liability Act (1957 and 1984). * Health and Safety at Work Act (1974) * Highways Act (1980) * Common Law liability of Negligence and Nuisance The Council's tree management regime maintenance contract is required to minimise the risk of liability arising from our Duty of Care and other statutory and common law obligations. Objectives The overall objectives for the new contract will be but not limited to: * Ensure the Councils statutory duties in relation to Arboricultural services are delivered. * Provide continued support to other areas of the Council with the aim of ensuring best value for money and a continuing high level of performance. * Contribute to greening, biodiversity, social value and health & wellbeing / physical activity outcomes; and * Continue to deliver current priorities such as the Council's Fairer Westminster priorities, #2035, environmental targets and public realm strategies as appropriate. * Ensure contract management and accountability, ensuring that the new service provider delivers on KPIs related to service quality, environmental goals, and community engagement. * Ensure compliance with legal, financial, and procurement regulations. * Introduce greater service flexibility to accommodate future changes in priorities, such as the potential to merge responsibilities and or deliverables with Highways or Public Realm initiatives. * Enhanced social value contributions, increased focus on climate action, greening and biodiversity. Contractual activities required to meet objectives will include, but are not limited to: * Tree surgery operations in order to maintain a healthy stock of highway trees and to minimise the risk from trees to users of the public highway, parks and cemeteries and housing estates and properties. * Tree surgery operations to Council owned trees to reduce the likelihood of subsidence related damage to adjacent properties. * Tree removal to minimise the risks of tree failure. * Tree planting including site investigations, young tree watering and establishment; and * Providing a 24-hour emergency service to deal with urgent tree related incidents.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "77211500",
                        "description": "Tree-maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211400",
                        "description": "Tree-cutting services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 19800000,
            "amount": 16500000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2032-04-30T23:59:59+01:00",
                    "maxExtentDate": "2035-04-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 19800000,
                    "amount": 16500000,
                    "currency": "GBP"
                },
                "renewal": {
                    "description": "Extension will be subject to successful operational performance of contract delivery (including KPI's) and a maximum term of 3 years."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Quality)",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price)",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-09-12T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "https://wcc.ukp.app.jaggaer.com/",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-10-21T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-12-12T23:59:59+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-06T12:00:00+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "057685-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/057685-2025",
                "datePublished": "2025-09-18T12:26:29+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}