{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03895f-2024-11-21T22:00:17Z",
    "date": "2024-11-21T22:00:17Z",
    "ocid": "ocds-h6vhtk-03895f",
    "initiationType": "tender",
    "tender": {
        "id": "DN597256",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Enfield Council Tree Maintenance Contract",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "77000000",
            "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
        },
        "mainProcurementCategory": "services",
        "description": "The London Borough of Enfield (the \"Authority\") is seeking to is seeking to award a contract(s) to deliver Enfield Council Tree Maintenance Contract: regular tree maintenance works, pollarding, removal of dead or diseased trees, planting new trees, and other works associated with tree maintenance. The requirements are divided into two distinct Lots as set out below: Lot 1 - Highways Lot 2 - Housing The successful Contractor will also carry out works on other council corporate assets including: * Parks * Leisure sites * Education sites * Allotments * Cemeteries * Residential properties * Operational properties * Leasehold farms * Car Parks * Public Right of Ways * Watercourses At its absolute discretion, the Authority intend to appoint one or two organisations that meet the requirements of this ITT to run either one or both of the above Services. To win both Lots, a bidder must be compliant, score the highest in both (Lot 1 and Lot 2) Tender submissions and meet the relevant Minimum Standards. The duration of the Contract will be 3 years with the option to extend up to 36 months or part/s thereof, subject to contractor performance and at the full discretion of the Authority, and subject to a lawful termination in accordance with the provisions of the Terms and Conditions of the Contract. All submissions must be uploaded within the e-Tendering system (www.londontenders.org) no later than return deadline of 23/12/2024 by 12:00pm (Noon).No other means of submitting the tenders are accepted. Further instructions for completing and submitting the tenders are given within the ITT (Schedule 1) that are uploaded on to the above-mentioned e-Tendering portal.",
        "lots": [
            {
                "id": "1",
                "description": "Lot 1 - Highways As with all council owned land, the Local Authority has a duty of care and therefore a responsibility to maintain all of its land to a safe standard. The Contract will enable the Council to fulfil its duty to do all that is reasonably practical to minimise the risk of people being harmed or property being damaged as a result of an incident associated with trees on Council property. The works will primarily comprise of Routine Cyclical Maintenance Programme that will include but not limited to pollarding to Lime and Plane Trees, other forms of pruning including crown reduction, crown thinning, crown lifting, stemming, tree felling and grinding and tree planting.",
                "hasRenewal": false,
                "renewal": {
                    "description": "Enfield Council is seeking to appoint a Contractor to deliver Tree Maintenance works contract for the initial period of 5 years with up to a 5 year extension subject to agreement between the Authority and the successful Provider."
                },
                "status": "active",
                "title": "Lot 1 - Highways",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            },
            {
                "id": "2",
                "title": "Lot 2 - Housing",
                "description": "Lot 2 - Housing As with all council owned land, the Local Authority has a duty of care and therefore a responsibility to maintain all of its land to a safe standard. The Contract will enable the Council to fulfil its duty to do all that is reasonably practical to minimise the risk of people being harmed or property being damaged as a result of an incident associated with trees on Council property. The works will primarily comprise of Routine Cyclical Maintenance Programme that will include but not limited to pollarding to Lime and Plane Trees, other forms of pruning including crown reduction, crown thinning, crown lifting, stemming, tree felling and grinding and tree planting.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKI54"
                    }
                ],
                "relatedLot": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    }
                ]
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI54"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-02-28T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.londontenders.org/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Refer to Procurement Documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2024-12-23T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2024-12-23T12:00:00Z"
        },
        "bidOpening": {
            "date": "2024-12-23T12:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-69213",
            "name": "London Borough of Enfield",
            "identifier": {
                "legalName": "London Borough of Enfield"
            },
            "address": {
                "streetAddress": "B Block South, Civic Centre, Silver Street",
                "locality": "Enfield",
                "region": "UK",
                "postalCode": "EN1 3ES",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mrs Alina Caro",
                "email": "alina.caro@enfield.gov.uk",
                "url": "https://www.londontenders.org/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.enfield.gov.uk/",
                "buyerProfile": "http://www.enfield.gov.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-11983",
            "name": "London Borough of Enfield",
            "identifier": {
                "legalName": "London Borough of Enfield"
            },
            "address": {
                "streetAddress": "Civic Centre, Silver Street",
                "locality": "Enfield",
                "region": "UKI54",
                "postalCode": "EN1 3XA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mrs Alina Caro",
                "email": "alina.caro@enfield.gov.uk",
                "url": "https://www.londontenders.org/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.enfield.gov.uk/",
                "buyerProfile": "http://www.enfield.gov.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-726",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-11983",
        "name": "London Borough of Enfield"
    },
    "language": "en",
    "description": "This procurement is being run as a one stage process - which includes the core elements of the Standard Selection Questionnaire as the minimum standards for this ITT. The evaluation panel will conduct a detailed assessment and evaluation of the Tenders received and which meet the Minimum Standards to establish the most economically advantageous tender to the Authority in terms of the award criteria set out in Tender Evaluation Method, Schedule 4. There will be a minimum standstill period of 10 calendar days after the date of issue of notification of the intended award."
}