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 |
View Full Notice
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
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