Skip to main content.

Forestry Commission: Framework for Oak Processionary Moth Control Services

  Forestry Commission is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Framework for Oak Processionary Moth Control Services
Notice type: Contract Notice
Authority: Forestry Commission
Nature of contract: Services
Procedure: Open
Short Description: We will be awarding a framework agreement for Oak Processionary Moth (OPM) control services. This will include (but not is not limited to) chemical spraying and manual nest removal. We intend to appoint up to a maximum of 3 suppliers per lot. Work will be awarded according to the specific needs of each site and work distribution may be influenced by factors such as volume of work, contractor capacity and contractor performance. There are no guarantees that upon completion of the framework agreement work will have been distributed evenly amongst all ranked contractors. The majority of the work required will be at sites across London and the South-East including land owned by the London Boroughs, Royal Parks and private land holdings such as golf courses/parkland as well as trees in streets and gardens. However, we reserve the right to request services at any location in England where an OPM or similar insect pest problem arises. The contract will be divided into 2 lots depending on the type of service (insecticide spraying / manual nest removal).
Published: 12/11/2015 14:42
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Bristol: Services incidental to forestry.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Forestry Commission England
      620 Bristol Business Park, Coldharbour Lane, Bristol, BS16 1EJ, United Kingdom
      Email: katie.blain@forestry.gsi.gov.uk
      Attn: Katie Blain

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      Other: Forestry

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Framework for Oak Processionary Moth Control Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators
            maximum number of participants to the framework agreement envisaged: 6
         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                        
            Estimated value excluding VAT: 4,000,000
            Currency: GBP
                              
      II.1.5)Short description of the contract or purchase:
      Services incidental to forestry. Tree-maintenance services. We will be awarding a framework agreement for Oak Processionary Moth (OPM) control services. This will include (but not is not limited to) chemical spraying and manual nest removal. We intend to appoint up to a maximum of 3 suppliers per lot. Work will be awarded according to the specific needs of each site and work distribution may be influenced by factors such as volume of work, contractor capacity and contractor performance. There are no guarantees that upon completion of the framework agreement work will have been distributed evenly amongst all ranked contractors. The majority of the work required will be at sites across London and the South-East including land owned by the London Boroughs, Royal Parks and private land holdings such as golf courses/parkland as well as trees in streets and gardens. However, we reserve the right to request services at any location in England where an OPM or similar insect pest problem arises. The contract will be divided into 2 lots depending on the type of service (insecticide spraying / manual nest removal).
         
      II.1.6)Common Procurement Vocabulary:
         77230000 - Services incidental to forestry.
         
         77211500 - Tree-maintenance services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting:
         Completion:

   Information About Lots
            
      Lot No: 1
      Title: Insecticide Spraying

      1)Short Description:      
      Whole tree preventative spraying services will be the primary type of OPM control required from the contractors.
Contractors could be asked to spray using any chemical approved for OPM control. Currently the following three chemicals are approved:
•Bacillus thuringiensis (BT)
•Diflubenzuron
•Deltamethrin
The expectation is that BT and Diflubenzuron will be used; in exceptional circumstances the application of Deltamethrin will be required.
Contractors must demonstrate that they have the relevant experience, competence and training to use each of the above chemicals that they propose to deploy (please specify chemicals in your method statement). Experience of whole tree spraying is also mandatory; evidence of this will be requested in Part E of this application.
Specific site insecticide/chemical requirements will be provided to Contractors when work is awarded. Please note that should the approved chemicals for OPM control change during the framework, contractors will be expected to respond to these changes.
The contractor will be responsible for the purchase, safe storage and application of all chemicals required. The contractor will also be responsible for seeking licencing/permissions from water authorities to gain necessary supplies of water for treatment of each site. In exceptional circumstances the Forestry Commission/landowner will work with the contractor to secure access to appropriate water supplies. After completion of work at each site, contractors will be responsible for the safe disposal of all insecticides/chemicals, empty containers and any other waste resulting from the work.
Pollution control measures to contain spillage of insecticides must be available on site. Contractors are responsible for ensuring that chemicals do not enter water-courses and that they comply with manufacturer’s instructions for use.
It is a requirement of this framework agreement that the chemical records for each site sprayed are supplied when submitting invoices for work.

      2)Common Procurement Vocabulary:
         77230000 - Services incidental to forestry.
         
      3)Quantity Or Scope:      
      Whole tree preventative spraying services will be the primary type of OPM control required from the contractors. The scope of this will be defined in individual call-off contracts and is difficult to forecast given the nature of tree pests.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Removal of nests and/or caterpillars

      1)Short Description:      
      Some work required may involve the manual removal of nests and caterpillars by suitably trained and equipped operators, usually using vacuum equipment. OPM material is considered as a hazardous waste material and must be treated accordingly. The contractor will also be responsible for the safe disposal/incineration of nests at a mutually agreed location, with nests transported in bags/closed container(s).

      2)Common Procurement Vocabulary:
         77230000 - Services incidental to forestry.
                  77211500 - Tree-maintenance services.
         
      3)Quantity Or Scope:      
      To be defined in individual call-off contracts.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
      Not Provided      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: OPM002/2016      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 11/01/2016
      Time-limit for receipt of requests for documents or for accessing documents: 13:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 25/01/2016
         Time: 13:00      
      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
         Duration in days: 90
      
      IV.3.8)Conditions for opening tenders
         Date: 25/01/2016
         Time: 13:00
         Persons authorised to be present at the opening of tenders: Yes
            Andrew Hoppit - Moderator
Katie Blain - Technical Representative
Gill Brown - Independent Representative


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://forestrycommission.delta-esourcing.com/tenders/UK-UK-Bristol:-Services-incidental-to-forestry./EDC44682DE

To respond to this opportunity, please click here:
https://forestrycommission.delta-esourcing.com/respond/EDC44682DE
GO-20151112-PRO-7315622 TKR-20151112-PRO-7315621
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Forestry Commission- For the attention of the Head of Procurement
      231 Corstorphine Road, Edinburgh, EH12 7AT, United Kingdom

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 12/11/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-Bristol: Services incidental to forestry.

Section I: Contracting Authority
   Title: UK-Bristol: Services incidental to forestry.
   I.1)Name, Addresses and Contact Point(s):
      Forestry Commission England
      620 Bristol Business Park, Coldharbour Lane, Bristol, BS16 1EJ, United Kingdom
      Email: katie.blain@forestry.gsi.gov.uk
      Attn: Katie Blain

   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Framework for Oak Processionary Moth Control Services      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 27
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UKI - LONDON         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Services incidental to forestry. Tree-maintenance services. We will be awarding a framework agreement for Oak Processionary Moth (OPM) control services. This will include (but not is not limited to) chemical spraying and manual nest removal. We intend to appoint up to a maximum of 3 suppliers per lot. Work will be awarded according to the specific needs of each site and work distribution may be influenced by factors such as volume of work, contractor capacity and contractor performance. There are no guarantees that upon completion of the framework agreement work will have been distributed evenly amongst all ranked contractors. The majority of the work required will be at sites across London and the South-East including land owned by the London Boroughs, Royal Parks and private land holdings such as golf courses/parkland as well as trees in streets and gardens. However, we reserve the right to request services at any location in England where an OPM or similar insect pest problem arises. The contract will be divided into 2 lots depending on the type of service (insecticide spraying / manual nest removal).
      II.1.5)Common procurement vocabulary:
         77230000 - Services incidental to forestry.
         77211500 - Tree-maintenance services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 4,000,000
         Currency: GBP

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Criteria Outlined within the tender documents. - 100
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: OPM002/2016         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 04/03/2016      
      V.2) Information About Offers
         Number Of Offers Received: 5          
         Number Of Offers Received By Electronic Means: 5       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Advanced Tree Services
         Postal address: Pixham Lane
         Town: Surrey
         Postal code: RH4 1PH
         Country: United Kingdom
         Email: dominic.blake@atstrees.co.uk
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 1
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   2: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 04/03/2016      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Advanced Tree Services Ltd
         Postal address: Pixham Lane
         Town: Surrey
         Postal code: RH4 1PH
         Country: United Kingdom
         Email: dominic.blake@atstrees.co.uk
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 1
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided    
   VI.2)Additional Information:
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://forestrycommission.delta-esourcing.com/delta/viewNotice.html?noticeId=190519865
GO-201637-PRO-7864791 TKR-201637-PRO-7864790   
   VI.3.1)Body responsible for appeal procedures:
      Forestry Commission- For the attention of the Head of Procurement
      231 Corstorphine Road, Edinburgh, EH12 7AT, United Kingdom
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 07/03/2016