{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02cce1-2021-12-02T15:03:41Z",
    "date": "2021-12-02T15:03:41Z",
    "ocid": "ocds-h6vhtk-02cce1",
    "description": "Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity. The Council is carrying out this procurement pursuant to the Public Contracts Regulations 2015 (as amended). In accordance with Regulation 50 (Contract award notices); Regulation 86 (Notices of decisions to award a contract or conclude a framework agreement); Regulation 87 (Standstill period) and Regulations 91 to 102 of the Public Contracts Regulations 2015 (as amended). Following any decision to award the contract the Council. Bidders should note that the procurement documents are draft documents at this stage, providing indicative information of the Council's intended approach in the procurement process and are for general information only. The Council reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure. The Council reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice. The supplier may be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly contract performance conditions may relate in particular to social and/or environmental consideration. The services will predominantly be performed within the boundaries of BCP Council for the Council. Bidders are encouraged to submit their Bids well in advance of the stated date and time in order to avoid technical difficulties with the electronic system that may occur due to the high volumes of traffic attempting to submit applications on the same date and time. The Council reserves the right not to accept tender submissions that are received after the deadline.",
    "initiationType": "tender",
    "tender": {
        "id": "DN469997",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Arboricultural Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "77000000",
            "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
        },
        "mainProcurementCategory": "services",
        "description": "Bournemouth, Christchurch and Poole Council (BCP) Arboricultural Services contract for delivery of the Council's tree risk management programme (TRMI). The Arboricultural Contract will consist of four main elements. * A programme of annualised works * A programme of routine works * Issuing of additional work orders for tree surgery operations based on hourly rates or operations that have a specified value within the contract and a mixture of both. * Emergency Response\"",
        "value": {
            "amount": 5500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Bournemouth, Christchurch and Poole Council (BCP) manages a landscape in no small part defined by its' trees. BCP's tree stock is the largest natural asset the Council owns and manages. Its' trees are the single biggest positive contributor to biodiversity, air quality and climate change mitigation in the conurbation. The Arboricultural contract forms an integral part of the Council tree risk management programme (TRMI). The successful contractor will be expected to fully engage with BCP's Arboricultural team to help deliver it. The provision of tree surgery and other arboricultural services is expected to be of the highest standard. The Contractor will meet all relevant British standards and industry best practice. The Contractor will demonstrate a commitment to the ethos of BCP Councils' tree management. They will also demonstrate a company ethos of continuing personal development of their staff deployed to the contract at all levels. The Arboricultural Contract will consist of four main elements. * A programme of annualised works * A programme of routine works * Issuing of additional work orders for tree surgery operations based on hourly rates or operations that have a specified value within the contract and a mixture of both. * Emergency Response The anticipated start date of the contract is 1 April 2022.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 5500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contract duration is eight years, with options to extend annually for a further two years (8+1+1). Therefore if the all extensions are taken, then the full contract duration shall be for ten years. The anticipated start date of the contract is 1 April 2022."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The initial contract duration is eight years, with the option to extend annually for a further two years (8+1+1). Therefore if all extensions of the contract were taken, then the full contract duration shall be for ten years. The anticipated start date of the contract is 1 April 2022."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "03000000",
                        "description": "Agricultural, farming, fishing, forestry and related products"
                    },
                    {
                        "scheme": "CPV",
                        "id": "03452000",
                        "description": "Trees"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211300",
                        "description": "Tree-clearing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211400",
                        "description": "Tree-cutting services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211500",
                        "description": "Tree-maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK2"
                    },
                    {
                        "region": "UKK2"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.supplyingthesouthwest.org.uk/",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-09-16T14:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2021-09-16T14:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-09-16T14:00:00+01:00",
            "description": "All tenders are electronically sealed and opened by the Councils democratic services team."
        },
        "hasRecurrence": false,
        "reviewDetails": "In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended)."
    },
    "parties": [
        {
            "id": "GB-FTS-3269",
            "name": "Bournemouth Christchurch and Poole Council",
            "identifier": {
                "legalName": "Bournemouth Christchurch and Poole Council"
            },
            "address": {
                "streetAddress": "Town Hall, Bourne Avenue",
                "locality": "Bournemouth",
                "region": "UKK2",
                "postalCode": "BH2 6DY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Strategic Procurement Team",
                "telephone": "+44 1202128989",
                "email": "procurement@bcpcouncil.gov.uk",
                "url": "https://www.supplyingthesouthwest.org.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.bcpcouncil.gov.uk",
                "buyerProfile": "https://www.supplyingthesouthwest.org.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3271",
            "name": "High Courts of Justice",
            "identifier": {
                "legalName": "High Courts of Justice"
            },
            "address": {
                "streetAddress": "The Royal Court of Justice",
                "locality": "London",
                "postalCode": "WCA 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-2635",
            "name": "Bournemouth Christchurch and Poole Council",
            "identifier": {
                "legalName": "Bournemouth Christchurch and Poole Council"
            },
            "address": {
                "streetAddress": "Bournemouth Christchurch and Poole Council, Town Hall",
                "locality": "Bournemouth",
                "region": "UKK2",
                "postalCode": "BH2 6DY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Strategic Procurement Team",
                "telephone": "+44 1202128989",
                "email": "procurement@bcpcouncil.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.bcpcouncil.gov.uk",
                "buyerProfile": "https://www.supplyingthesouthwest.org.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-36562",
            "name": "Idverde Limited",
            "identifier": {
                "legalName": "Idverde Limited"
            },
            "address": {
                "streetAddress": "Octavia House, Westwood Business Park, Westwood Way",
                "locality": "Coventry",
                "region": "UKK2",
                "postalCode": "CV4 8JP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-2635",
        "name": "Bournemouth Christchurch and Poole Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "029974-2021-1",
            "relatedLots": [
                "1"
            ],
            "title": "Arboricultural Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-36562",
                    "name": "Idverde Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "029974-2021-1",
            "awardID": "029974-2021-1",
            "title": "Arboricultural Services",
            "status": "active",
            "dateSigned": "2021-12-01T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "6",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "7",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "3",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 1,
                "currency": "GBP"
            },
            {
                "id": "4",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 5500000,
                "currency": "GBP"
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 1,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 5500000,
                "currency": "GBP"
            }
        ]
    }
}