CP2482-24 DCC Tree Management Framework - Tree Inspection and Tree Surgery

Award

Description

This opportunity is for the establishment of a Framework to provide a number of contractors to provide Tree Surgery and Tree Inspection services across Devon. The tree population is spread widely across Devon and trees are to be found on 650+ occupied properties and alongside up to 12 500 km of DCC highways. This corresponds to an estimate of over 3 000 000 trees across the DCC estate and alongside Highways. The contract is split into a number of Lots and Sub Lots as listed below.\r
\r
- Lot 1a - Scheduled Inspections of Highways - Driven and Walked\r
- Lot 1b - Schedule Inspection of Premises - Walked\r
- Lot 1c - Ad Hoc Inspections of Highways (All Types)\r
- Lot 1d - Ad Hoc Inspections of Non-Highways (All Types)\r
- Lot 2a - Highways Tree Surgery (Non-Emergency)\r
- Lot 2b - Non-Highways Tree Surgery (Non-Emergency)\r
- Lot 2c - Highways Tree Surgery (Emergency)\r
- Lot 2d - Non-Highways Tree Surgery (Emergency)\r
\r
The framework additionally operates across a geographic split of 9 regions across the County, these regions are set as the eight district council boundaries and Plymouth. Each of the Lots/Sublots above will have a number (Defined within the procurement documentation) of organisations appointed in each of these geographic regions. The specific detailed specification, service requirements and and required staffing and accreditation levels can be found within the procurement documentation pack.\r
\r
The Framework will operate for a period of four years, commencing on the 1st April 2025, the framework will be open for use to all Public Sector authorities, councils and organisations within Devon. An indicative list of public sectors eligible to access this agreement can be found within schedule 3 of the procurement documentation.

Additional information: 
To apply and/or get access to the tender documentation please visit the opportunity advert located at www.supplyingthesouthwest.org.uk
The authority reserves the right to cancel the procurement process at any stage. The authority does not bind itself to accept the lowest or any tender, and reserve the right not to award a contract. The authority reserves the right to award the contract in part, or to call for new tenders should they consider this necessary. Economic operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from them in connection with their participation in this procurement, whether incurred directly by them or their advisors or subcontractors and regardless of whether such costs arise as a consequence direct or indirect of any amendments to documents issued by the authority at any time, or as a consequence of the cancellation of the procurement by the authority. For the avoidance of doubt, the authority shall have no liability whatsoever to economic operators or their advisors or subcontractors, for any of their costs, including but not limited to those for any discussions or communications. Any contract(s) or agreement(s) entered into as a result of this contract notice shall be considered as a contract(s) or agreement(s) made under English law and subject to the exclusive jurisdiction of the English courts. If an economic operator considers that any information supplied by it during this procurement process is commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity as well as the duration of that sensitivity specified. Economic

operators should be aware that even where they have indicated that information is commercially sensitive, the authority may disclose it pursuant to the Freedom of Information Act 2000 in response to a request for information where such disclosure is considered to be in the public interest. Please note that the receipt by any of the authority of any materials marked 'confidential' or equivalent shall not be taken to mean that the authority accepts any duty of confidence by virtue of that marking.

Tender documents are accessible via www.supplyingthesouthwest.org.uk . All expressions of interest are to be made via www.supplyingthesouthwest.org.uk. All questions or enquiries regarding the tender are to be asked via the messaging function within the opportunity through www.supplyingthesouthwest.org.uk

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

A Work in default below threshold Framework Agreement

This procurement is reserved for organisations that are based, and have been operational for at least 12 months, within the North West (M62 corridor) to enable as little travel time and "carbon Footprint" as possible. Bids from organisations based outside the Northwest Region of England will not be considered. • Works in Default are required when Authorised Officers serve notices on Owners or Occupiers under the following legislation o Environmental Protection Act 1990 o Highways Act 1980 o Prevention of Damage by Pests Act 1949 o The Public Health Act 1936 o The Building Act 1984, and o The Public Health Act 1961 o Anti-Social Behaviour, Crime and Policing Act 2014. • They can be largely broken down into the following categories o Lot 1, Category 1 - Simple cut back of overhanging vegetation affecting the public highway/footpath/public spaces. (Circa £100-£150) o Lot 2, Category 2 - Small clearance which includes a few 'bags of waste' and the cut back and removal of overgrown vegetation that offers harbourage or nesting material or potential food source (fruits) for rodents, or more extensive cut back of vegetation affecting the public highway/footpath/public spaces which would equate to a small van load. (Circa £150 - £750) o Lot 3, Category 3 - Significant clearances (of vegetation and waste). May include numerous bags of waste, white goods, loose building materials which offers shelter and potential nesting materials and the cut back and removal of significant overgrown vegetation. Which may equate to a tipper load/multiple tipper loads of waste. Major cut back of overhanging vegetation affecting the public highway/footpath/public spaces that require Chapter 8 (traffic Management) considerations. (Circa £750 - £2000). o Lot 4, Category 4 - Small internal clearances and cleansing of filthy and verminous premises, to include removal of contaminated clothing, papers and other items that may provide harbourage. Minor building works including (but not exclusively) proofing against rodent access, and remediation of simple blocked drains. (Circa £2500 - £5000) o Lot 5, Category 5 - Significant internal clearances (severely hoarded properties) with the removal of waste including bodily fluids, animal faeces and large-scale contamination within the premises. Major building works to proof against pests (roofing for pigeons) etc, and remediation of major drainage defects such as collapses or cases that require significant investigation to determine the fault. (£5000 +) Behaviour of employees "working in a manner befitting a representative of the Council" where "safe systems of work and risk assessments are followed to ensure that the role is carried out with minimal risk to contractors, members of the public and anyone else within the vicinity of the works". Smoking and vaping should only be permitted on breaks - away from the work. PPE would be determined by the successful Company's risk assessments and Safety Policy and procedures for the specific works and should be worn correctly at all times whilst on the job. Bidders are permitted to submit a response for one or more Lots. The maximum number if bidders that will be awarded for each lot is 5. Places on the framework for each lot will be awarded on the basis of rank following the evaluation process. The Council reserves the right to award to the highest ranked bidder for future jobs in each lot/category, if the number one ranked bidder isn't able to complete the work within the required timeframe, then the council also reserves the right to move down the rankings until the job has been accepted. For some more complex jobs, the council reserves the right to run a mini competition and each supplier on the lot could be asked to price and the lowest bid will be successful. Gaining a place on this Framework Agreement does not guarantee any work.

Katy Reed

Published 18 hours ago
Open

Wyville Thomson Ridge (0924S) Imagery Analysis

The Joint Nature Conservation Committee (JNCC) is the statutory adviser to the UK Government and devolved administrations on UK and international nature conservation Our role is to provide scientific evidence, information, and advice to inform decisions to protect the natural environment. Our specific role is to work on nature conservation issues that affect the UK as a whole and internationally, by: • advising Government on the development and implementation of policies for, or affecting, nature conservation in the UK and internationally; • providing advice and disseminating knowledge on nature conservation issues affecting the UK and internationally; • establishing common standards throughout the UK for nature conservation, including monitoring, research, and the analysis of results; and • commissioning or supporting research which it deems relevant to these functions. Background to JNCC can be found on JNCC's website at: https://jncc.gov.uk/about-jncc/ 2. Project Aims JNCC wishes to commission a contract to undertake the analysis of seabed imagery (still images and video) collected on the 0924S survey from a drop-frame camera. Seabed imagery will be analysed using the image and video annotation software BIIGLE . During 0924S, imagery data was collected for MPA monitoring purposes. The total number of sampled drop-camera stations was 80; circa 38 hours of high-definition video. Due to technical difficulties, the camera had to be restarted during 4 transects, resulting in multiple videos for these transects, giving a total of 85 videos to be analysed. Videos from one transect should be analysed together. A total of 3,530 still images were collected across 79 of the drop-camera stations. More detailed metadata will be provided including information from logs and the survey report. Throughout the tender process, guest access to the 2024 BIIGLE project will be provided to allow review of the available images. The successful contractor will be provided with access to the 2024 BIIGLE project and the annotated 2018 WTR seabed imagery to aid with identification. Please note that experience in the identification of deep-sea taxa is required to complete this contract. The bid submission should clearly state which of the following options are being bid for, please provide a quote for either option 1, 2 or 3: Option 1 Video analysis, please provide a quote for the cost and breakdown per video hour Option 2 Stills analysis, please provide a quote for the cost and breakdown of the number of stills Option 3 Video analysis and stills analysis, please provide a quote for complete analysis of all imagery (video and stills), breaking down the costs as per options 1 and 2. 3. Project Background JNCC and the Marine Directorate of the Scottish Government (MD) conducted a survey aboard MRV Scotia (0924S) in 2024 to gather evidence to monitor Wyville Thomson Ridge Special Area of Conservation (WTR) (Figure 1) and inform assessment of the extent and condition of the designated features of the site. A survey of WTR was conducted in 2017/18, but the 0924S survey will form the first monitoring point (T0) in the time series at WTR. WTR is located to the northwest of mainland Scotland at the northern end of the Rockall Trough, with the closest land approximately 77 km away at Rona, Scotland. The site has an area of 1,740 km2 and a depth range of 350 m to 1000 m. The designated features of WTR are listed in Table 1. Further information on WTR can be found at the JNCC site information centre https://jncc.gov.uk/our-work/wyville-thomson-ridge-mpa/. Table 1. Designated features of Wyville Thomson Ridge SAC. Feature Feature type 1170 Reefs Annex I Habitat Annex I Reef Reefs are formed by biogenic concretions or non-biogenic substrata, which arise from the seafloor and so are topographically distinct from their surroundings (European Commission 2013a). They are generally found in the subtidal zone but may extend in a broken transition into the intertidal zone. Annex I reefs include biogenic reefs, bedrock reefs and stony reefs. The UK has a greater range and extent of rocky reefs than biogenic reefs, and rocky reefs are extremely variable in their structure and in the communities they support (Brown et al. 1997). They range from vertical rock walls to horizontal ledges, sloping or flat bed rock, broken rock, boulder fields, and aggregations of cobbles. A variety of invertebrates can inhabit rocky reefs, including sponges, corals, and sea squirts, which attach to the rock surface. Mobile species, such as fish, lobsters and crustaceans, may also use rocky reefs for shelter. Both types of rocky reefs - bedrock reefs and stony reefs - are protected features within WTR. Bedrock reef Bedrock reef occurs where the bedrock that underlies surface sediments on the seafloor arises from the surrounding seabed, creating a habitat that is colonised by many different marine animals and plants. Bedrock is consolidated rock and can be composed of most rock types (granite, limestone, sandstone etc.). Stony reef Stony reef occurs where 10% or more of the seabed substratum are composed of particles greater than 64 mm across, i.e. cobbles and boulders (European Commission 2013a). The remaining supporting 'matrix' could be of smaller sized material. The reef may be consistent in its coverage or it may form patches with intervening areas of finer sediment. Epifaunal species dominate biological cover. Stony reef should be topographically distinct from the surrounding sea floor with a minimum area of 25 m2 (this also applies to the total area of a patchy reef) (Irving, 2009). Iceberg ploughmarks can be considered as a special type of stony reef. They occur along the UK continental shelf edge off northern and western Scotland, including in WTR (Irving 2009). Iceberg 'ploughmarks' consist of ridges of boulders, cobbles and gravel where finer sediments have been winnowed away by high energy currents at the site, interspersed with finer sediment troughs up to 5 -10 m deep (Masson et al., 2000). They are thought to have been formed by the ploughing movement of icebergs through the seabed at the end of the last ice age. The iceberg ploughmarks in WTR are stable and consolidated and have been classified as stony reef (Irving 2009). Although the Irving (2009) stony reef criteria can be applied in WTR, as iceberg ploughmark Annex I Reef is a special case of Annex I stony reef, regardless of the substrate present, the area identified as iceberg ploughmarks is considered to be Annex I Reef. The patchy nature of stony substrate within the wider iceberg ploughmark area results in a small-scale mosaic of stony and non-stony substrate of the seabed. Hence, small scale variation in the presence or absence of stony reef substratum can occur within the wider Annex I Reef area. Biogenic reef Biogenic reefs are made up of hard matter, formed by animals themselves. The reef structure can be composed of the reef-building organism (including its tubes or shells), or it may also be composed of sediments, stones and shells that the organism has bond together. In the deep sea, the main species that form biogenic reefs include cold-water corals (e.g. Lophelia pertusa, Madrepora oculata and Solenosmilia variabilis). Biogenic reefs can provide complex habitats for species assemblages, such as for sponges, bryozoans, and sea squirts. WTR 2024 Survey (0924S) The 0924S survey departed from Aberdeen on the 23rd of July 2024 and returned to Aberdeen on the 12th of August 2024. Data from this survey will form the first time point (T0) of a monitoring series. The monitoring aims and objectives of survey 0924S relating to seabed imagery are: 1. Collect evidence to inform type one (sentinel) monitoring of the structure and function of Annex I Reef at WTR SAC. 2. Collect evidence to inform the physical extent and distribution of the Annex I Reef within WTR SAC. Imagery was collected with a drop-frame camera (DC) system, towed by the vessel at a target speed of 0.5 knots and a target altitude of 1 m. The following instruments were mounted on the drop-frame camera: • Kongsberg OE 14-408 digital stills camera (10 MP) mounted in a planar (downwards facing) orientation • High definition SubC 1 Alpha video camera in a planar orientation • Four-point (green) laser-scaling with the bottom two set to 67 mm spacing • Additionally: four SEALED lamps, Valeport CTD, Ultra-short Baseline (USBL) acoustic positioning beacon Sampling during the 0924S survey was stratified by zones and depth. Seven zones were selected for the purposes of sampling design, with seven depth contours chosen from within these zones (Figure 2). Video and stills imagery were collected from 80 stations across the seven depth bands. The 300, 400, 450 and 800 m depth bands were prioritised and all stations at these depths, across all zones, were sampled. It was not possible to sample the 500, 600 and 700 m depth bands in all zones during the survey (Figure 3). At each station, the camera tow was continued until a suitable number of images had been collected. As a result, the length of video tows varies. In total, 38 hours and 13 minutes of video and 3,530 still images will be analysed (Table 2). All imagery will be made available via a BIIGLE project. Access to the imagery via the BIIGLE project can be provided on request to aid in the tendering process (see contacts for technical information on page 1) and more detailed metadata will be provided to the successful contractor following contract award.  

Katy Reed

Published 2 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete