← Back to opportunities

The Provision of Habitat Improvement Works

Unknown buyer

Buyer Contact Info

Buyer Name: Borough of Telford & Wrekin

Buyer Address: Darby House, Telford Town Centre, Lawn Central,, Telford, Shropshire, UKG21, TF3 4JA, United Kingdom

Contact Name: Alan Preece

Contact Email: procurement@telford.gov.uk

Status
active
Procedure
open
Value
1160000.0 GBP
Gross: 1392000 GBP
Published
26 Mar 2025, 16:17
Deadline
25 Apr 2025, 17:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
90700000 - Environmental services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The Council is looking to receive applications from Suppliers to join a multi supplier Framework to carry out habitat improvement works in suitable locations. Some of these will be part of legally binding Biodiversity Net Gain (BNG) agreements, funded by third parties. BNG was set out in the Environment Act (2021) and is regulated through associated Statutory Instruments. BNG requires developments to make appropriate onsite habitat improvements. However, in certain circumstances these works can be offset by a third party via appropriate habitat creation/enhancement works. BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment. The Council is looking to provide habitat uplift projects which can be funded via offsite BNG agreements. Some aspects of these works may be undertaken in house by the Council, through other Council contracts, and via this Framework. These Services will be for varying lengths of time as indicated in the separate Lots.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://in-tendhost.co.uk/telford/aspx/Home

Link Description: As well as viewing the documents at the above web address, it is the responsibility of Tenderers to register on the Central Digital Platform, to ensure their core supplier information is up-to-date on this system, and to answer the questions in that system to enable the Council to determine whether any exclusion grounds apply. Suppliers must share the information with the Council via the system’s sharing facility

External Link: https://www.find-tender.service.gov.uk/Notice/011391-2025

Link Description: Tender notice on Find a Tender

Lots

Lot Title: Lot 1 Grassland

Lot Description: Telford & Wrekin Council is wanting the establishment of wildflower grasslands. These will often include the g3c6 Lolium – Cynosurus neutral grassland habitat with a diversity of min 9-15 appropriate species per square metre. The service required are: A. Grassland species diversification B. Annual sward management C. Weed removal It is likely that diversification contracts will be up to three years and annual management contracts for a year. Service 1.A: Grassland species diversification Service Providers are sought with the technical capability to, and proven experience of creating and establishing native species-rich wildflower grasslands on public open space. The specific works required are: • The Service Provider is to source and supply the seed mix (see below) • Cultivate to destroy and bury the surface vegetation • Harrow to produce a medium tilth • Roll to produce a firm surface • Seeding of appropriate seed mix in August/September • Rolling, not covering of applied seed The viability, appropriateness and diversity of the seed mixture is key to the project’s success of creating wildflower grasslands. The g3c6 Lolium – Cynosurus neutral grassland requires an appropriate diversity of a minimum of 12 appropriate species per square metre. Therefore, the appropriateness and diversity of this mix must be agreed in writing by the Council prior to sowing. It should be sown at the suppliers’ recommended rate. However, the Council is not liable for the viability or success of establishment of this seed.

Lot LOT-0001 Status: active

Lot LOT-0001 Value: GBP 160,000

Lot LOT-0001 Value (Gross): GBP 192,000

Lot LOT-0001 Contract Start: 2025-05-26T00:00:00+00:00

Lot LOT-0001 Contract End: 2033-05-25T23:59:59+00:00

Lot LOT-0001 SME Suitable: Yes

Lot LOT-0001 Award Criterion (price): Simple description

Lot Title: Lot 2 Hedgerows & tree planting

Lot Description: The Council is looking for Service Providers who are able to deliver the following works: A. Create and establish wildlife-rich hedgerows B. Restore existing hedgerows C. Trim hedgerows D. Create and establish new woodland plantings E. Diversify the species of established woodland with whips, seeds and/or plants Woodland plantings will be site specific, however hedgerows will be more standardised in their specification. In this instance the Council is wanting the establishment of h2a5 Species-rich native hedgerow with a diversity of min 5 native woody species per 30m and a selected tree every 10m. We aim to create hedgerows that, in 10yrs, will have a target condition of: • Min 5 woody species per 30m • >1.5m in height and width • Gap between ground and base of canopy <0.5m for >90% of length • Gaps <10% length and all <5m • Tree at least every >20m

Lot LOT-0002 Status: active

Lot LOT-0002 Value: GBP 240,000

Lot LOT-0002 Value (Gross): GBP 288,000

Lot LOT-0002 Contract Start: 2025-05-26T00:00:00+00:00

Lot LOT-0002 Contract End: 2033-05-25T23:59:59+00:00

Lot LOT-0002 SME Suitable: Yes

Lot LOT-0002 Award Criterion (price): Simple description

Lot Title: Lot 3 Installing stock fencing

Lot Description: Service Providers are sought with the technical capability to, and proven experience of installing stock proof fencing where public access is present. Post and wire fencing will be needed around certain habitat interventions where livestock is likely to be present. The Service Provider is to source, supply and install the fencing. The use of the following specifications will be required: Construction • Pressure treated strainer posts sunk min 90cm into ground (with 2 struts) at most 100m apart and at changes in direction • Pressure treated intermediate posts at a minimum depth of 55cm and at 2.7m intervals • Galvanised netting strained and stapled on top, 3rd, 5th and bottom wire • Additional top wire placed at 12.5cm above netting. Galvanised barbed wire used except next to paths where plain wire must be used. • Wire possible under netting to fill gaps due to dips. • Staples not to be fully driven in on intermediates. • Pressure tantalised fencing rails should be used to stockproof between strainers and gates etc. Materials Timber • must be round peeled softwood (not spruce) and pressure tanalised to BS 4072, or of equivalent quality and durability • straining posts 2m x 120mm top diameter. • struts 2m x 100mm top diameter • intermediate stakes 1.7m x 65mm top diameter, pointed • longer stakes may be needed in soft or uneven ground conditions Wire • must comply to BS 4102 and be galvanised to BS 443 • line wire: 4mm (8 swg) plain mild galvanised wire • barbed wire to be two strand 2.5mm (12½ swg) mild steel galvanised 4 point barbed wire • pig netting to be C8/80/15 galvanised pig netting • staples to be 40mm x 4mm galvanised wire staples Field gates would expected to be galvanised steel, 15ft long, 7 bar and box-braced.

Lot LOT-0003 Status: active

Lot LOT-0003 Value: GBP 40,000

Lot LOT-0003 Value (Gross): GBP 48,000

Lot LOT-0003 Contract Start: 2025-05-26T00:00:00+00:00

Lot LOT-0003 Contract End: 2033-05-25T23:59:59+00:00

Lot LOT-0003 SME Suitable: Yes

Lot LOT-0003 Award Criterion (price): Simple description

Lot Title: Lot 4 Woodland and scrub management

Lot Description: Service Providers are sought with the technical capability to, and proven experience of woodland and scrub management on public open space. This lot may have some overlap with others, however it will mainly be used for operations which are not predominantly tractor/vehicle based. The contract will likely be for up to 2 years and specification will be based on site requirements. Services required include: 1 Thinning existing woodland 2 Coppicing 3 Removing scrub from heathlands 4 Veteranisation works on mature trees 5 Invasive species removal including bracken, laurel and rhododendron. 6 Mulching bramble scrub Much of this work is likely to form parts of projects to carry out a number of interventions on a woodland parcel to provide an improved condition for wildlife. Therefore, it is possible that a number of these operations would be included within a procurement exercise. The specification for this service will very according to the particular project outcomes required. It will be provided in writing by the Council before commencement.

Lot LOT-0004 Status: active

Lot LOT-0004 Value: GBP 40,000

Lot LOT-0004 Value (Gross): GBP 48,000

Lot LOT-0004 Contract Start: 2025-05-26T00:00:00+00:00

Lot LOT-0004 Contract End: 2033-05-25T23:59:59+00:00

Lot LOT-0004 SME Suitable: Yes

Lot LOT-0004 Award Criterion (price): Simple description

Lot Title: Lot 5 Heathland, gorse and bramble

Lot Description: Service Providers are sought with the technical capability to, and proven experience of heathland management and similar on public open space. This lot may have some overlap with others, however it will mainly be used for operations which are predominantly tractor/vehicle based. The contract will likely be for up to 2 years and specification will be based on site requirements. Services required include: 1 Topping of mature heath 2 Mulching gorse and bramble stands 3 Cutting firebreaks 4 Weedwiping sapplings standing above heather 5 Bare ground creation 6 Bracken control Much of this work is likely to form parts of projects which will carry out a number of interventions on a woodland parcel to provide an improved condition for wildlife. Therefore, it is possible that a number of these operations would be included within a procurement exercise. The specification for this service will very according to the particular project outcomes required. It will be provided in writing by the Council before commencement.

Lot LOT-0005 Status: active

Lot LOT-0005 Value: GBP 120,000

Lot LOT-0005 Value (Gross): GBP 144,000

Lot LOT-0005 Contract Start: 2025-05-26T00:00:00+00:00

Lot LOT-0005 Contract End: 2033-05-25T23:59:59+00:00

Lot LOT-0005 SME Suitable: Yes

Lot LOT-0005 Award Criterion (price): Simple description

Lot Title: Lot 6 General wetland habitat creation

Lot Description: Service Providers are sought with the technical capability to, and proven experience of, creating and managing wetlands, including watercourses, for wildlife, on public open space. The specification of this service will be very site specific. It would be expected to create or bring wetlands into a better condition. Operations would include: • Digging ponds • Vegetation and silt removal from ponds • Daylighting culverts • Reprofiling banks of watercourses • Creating meanders, riffles and or/pools in watercourses • Creating leaky dams and large woody debris in watercourses • Tree works including pollarding and coppicing • Removal of vegetation including scrub from fen/reedbeds • Cutting and removing submergent and emergent vegetation from a canal (including via use of boats) • Invasive plant species control The specification for this service will very according to the particular project outcomes required. It will be provided in writing by the Council before commencement

Lot LOT-0006 Status: active

Lot LOT-0006 Value: GBP 160,000

Lot LOT-0006 Value (Gross): GBP 192,000

Lot LOT-0006 Contract Start: 2025-05-26T00:00:00+00:00

Lot LOT-0006 Contract End: 2033-05-25T23:59:59+00:00

Lot LOT-0006 SME Suitable: Yes

Lot LOT-0006 Award Criterion (price): Simple description

Lot Title: Lot 7 Great crested newt ponds

Lot Description: Telford & Wrekin Council are a registered Habitat Delivery Body under the Natural England Great Crested Newt (GCN) District Level Licencing (DLL) scheme. The DLL scheme is a new approach to GCN conservation in the borough which focusses on strategic conservation of the species using Conservation Payments made by development schemes. There are several elements of the DLL scheme which the Council will need to provide. In some cases these may be provided in house by the Council’s Ecology & Green Infrastructure Specialists and in some cases these services will be provided by independent contractors registered under this framework. It is likely that diversification contracts will be up to three years and annual management contracts for a year. Service providers are sought who have the technical capability to dig new ponds and restore ponds existing ponds in line with the established DLL scheme pond specification and who are also capable of carrying out pond maintenance works. The cost of each work element will be assessed and awarded either via direct awards or further competition. Suppliers will, when circumstances require it, need to work under the supervision of an ecologist holding a great crested newt survey licence from Natural England. This will be the case where the pond is in an area where great crested newts are likely to be present and is required in order to ensure the protection of GCN which are a European Protected Species.

Lot LOT-0007 Status: active

Lot LOT-0007 Value: GBP 400,000

Lot LOT-0007 Value (Gross): GBP 480,000

Lot LOT-0007 Contract Start: 2025-05-26T00:00:00+00:00

Lot LOT-0007 Contract End: 2033-05-25T23:59:59+00:00

Lot LOT-0007 SME Suitable: Yes

Lot LOT-0007 Award Criterion (price): Simple description

Documents

Document Description: As well as viewing the documents at the above web address, it is the responsibility of Tenderers to register on the Central Digital Platform, to ensure their core supplier information is up-to-date on this system, and to answer the questions in that system to enable the Council to determine whether any exclusion grounds apply. Suppliers must share the information with the Council via the system’s sharing facility

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PHHD-5776-GZNN",
    "name": []
  },
  "date": "2025-03-26T16:17:29Z",
  "id": "011391-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04e9b5",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Telford, Shropshire",
        "postalCode": "TF3 4JA",
        "region": "UKG21",
        "streetAddress": "Darby House, Telford Town Centre, Lawn Central, "
      },
      "contactPoint": {
        "email": "procurement@telford.gov.uk",
        "name": "Alan Preece"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "http://www.telford.gov.uk"
      },
      "id": "GB-PPON-PHHD-5776-GZNN",
      "identifier": {
        "id": "PHHD-5776-GZNN",
        "scheme": "GB-PPON"
      },
      "name": "Borough of Telford \u0026 Wrekin",
      "roles": [
        "buyer"
      ]
    }
  ],
  "planning": {
    "noEngagementNoticeRationale": "Preliminary market engagement was carried out under PCR 2015"
  },
  "tag": [
    "tenderUpdate"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-05-12T23:59:59+00:00"
    },
    "contractTerms": {
      "financialTerms": "The Council\u2019s method of payment of invoices is by BACS.  The Council will pay the supplier\u2019s invoices within 30 days of receipt of the tax point of a correct and valid invoice for work/services that has been completed.\nIncorrect invoices will be returned unpaid for correction and resubmission. In such cases the payment terms will take effect not from the invoice date but from the date of receipt at the correct address of a correctly presented invoice."
    },
    "description": "The Council is looking to receive applications from Suppliers to join a multi supplier Framework to carry out habitat improvement works in suitable locations. Some of these will be part of legally binding Biodiversity Net Gain (BNG) agreements, funded by third parties. BNG was set out in the Environment Act (2021) and is regulated through associated Statutory Instruments.\nBNG requires developments to make appropriate onsite habitat improvements. However, in certain circumstances these works can be offset by a third party via appropriate habitat creation/enhancement works. \nBNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents.\nAreas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years.  Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment.\nThe Council is looking to provide habitat uplift projects which can be funded via offsite BNG agreements. Some aspects of these works may be undertaken in house by the Council, through other Council contracts, and via this Framework. These Services will be for varying lengths of time as indicated in the separate Lots.",
    "documents": [
      {
        "description": "As well as viewing the documents at the above web address, it is the responsibility of Tenderers to register on the Central Digital Platform, to ensure their core supplier information is up-to-date on this system, and to answer the questions in that system to enable the Council to determine whether any exclusion grounds apply. Suppliers must share the information with the Council via the system\u2019s sharing facility",
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://in-tendhost.co.uk/telford/aspx/Home"
      },
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-03-26T16:17:29Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "011391-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/011391-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-04-18T17:00:00+00:00"
    },
    "id": "TWC000797",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "LOT-0001",
        "relatedLot": "LOT-0001"
      },
      {
        "additionalClassifications": [
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "LOT-0002",
        "relatedLot": "LOT-0002"
      },
      {
        "additionalClassifications": [
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "LOT-0003",
        "relatedLot": "LOT-0003"
      },
      {
        "additionalClassifications": [
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "LOT-0004",
        "relatedLot": "LOT-0004"
      },
      {
        "additionalClassifications": [
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "LOT-0005",
        "relatedLot": "LOT-0005"
      },
      {
        "additionalClassifications": [
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "LOT-0006",
        "relatedLot": "LOT-0006"
      },
      {
        "additionalClassifications": [
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "id": "LOT-0007",
        "relatedLot": "LOT-0007"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis.  Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10%\nPlease see Appendix A to see the evaluation criteria and scoring and weighting methodology.  \nFor each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications.  \nThe Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period.  The successful Suppliers will be notified through the Council\u2019s e-Sourcing solution In-Tend.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis.  Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10%\nPlease see Appendix A to see the evaluation criteria and scoring and weighting methodology.  \nFor each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications.  \nThe Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period.  The successful Suppliers will be notified through the Council\u2019s e-Sourcing solution In-Tend."
        },
        "contractPeriod": {
          "endDate": "2033-05-25T23:59:59+00:00",
          "startDate": "2025-05-26T00:00:00+00:00"
        },
        "description": "Telford \u0026 Wrekin Council is wanting the establishment of wildflower grasslands. These will often include the g3c6 Lolium \u2013 Cynosurus neutral grassland habitat with a diversity of min 9-15 appropriate species per square metre.\nThe service required are:\nA.\tGrassland species diversification\nB.\tAnnual sward management\nC.\tWeed removal\nIt is likely that diversification contracts will be up to three years and annual management contracts for a year.\nService 1.A: Grassland species diversification\nService Providers are sought with the technical capability to, and proven experience of creating and establishing native species-rich wildflower grasslands on public open space.\nThe specific works required are:\n\u2022\tThe Service Provider is to source and supply the seed mix (see below)\n\u2022\tCultivate to destroy and bury the surface vegetation\n\u2022\tHarrow to produce a medium tilth\n\u2022\tRoll to produce a firm surface\n\u2022\tSeeding of appropriate seed mix in August/September\n\u2022\tRolling, not covering of applied seed\nThe viability, appropriateness and diversity of the seed mixture is key to the project\u2019s success of creating wildflower grasslands. The g3c6 Lolium \u2013 Cynosurus neutral grassland requires an appropriate diversity of a minimum of 12 appropriate species per square metre. Therefore, the appropriateness and diversity of this mix must be agreed in writing by the Council prior to sowing. It should be sown at the suppliers\u2019 recommended rate. However, the Council is not liable for the viability or success of establishment of this seed.",
        "id": "LOT-0001",
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Lot 1 Grassland",
        "value": {
          "amount": 160000,
          "amountGross": 192000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis.  Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10%\nPlease see Appendix A to see the evaluation criteria and scoring and weighting methodology.  \nFor each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications.  \nThe Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period.  The successful Suppliers will be notified through the Council\u2019s e-Sourcing solution In-Tend.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis.  Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10%\nPlease see Appendix A to see the evaluation criteria and scoring and weighting methodology.  \nFor each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications.  \nThe Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period.  The successful Suppliers will be notified through the Council\u2019s e-Sourcing solution In-Tend."
        },
        "contractPeriod": {
          "endDate": "2033-05-25T23:59:59+00:00",
          "startDate": "2025-05-26T00:00:00+00:00"
        },
        "description": "The Council is looking for Service Providers who are able to deliver the following works:\nA.\tCreate and establish wildlife-rich hedgerows\nB.\tRestore existing hedgerows\nC.\tTrim hedgerows\nD.\tCreate and establish new woodland plantings\nE.\tDiversify the species of established woodland with whips, seeds and/or plants\nWoodland plantings will be site specific, however hedgerows will be more standardised in their specification. In this instance the Council is wanting the establishment of h2a5 Species-rich native hedgerow with a diversity of min 5 native woody species per 30m and a selected tree every 10m. We aim to create hedgerows that, in 10yrs, will have a target condition of:\n\u2022\tMin 5 woody species per 30m\n\u2022\t\u003e1.5m in height and width\n\u2022\tGap between ground and base of canopy \u003c0.5m for \u003e90% of length\n\u2022\tGaps \u003c10% length and all \u003c5m\n\u2022\tTree at least every \u003e20m",
        "id": "LOT-0002",
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Lot 2 Hedgerows \u0026 tree planting",
        "value": {
          "amount": 240000,
          "amountGross": 288000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis.  Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10%\nPlease see Appendix A to see the evaluation criteria and scoring and weighting methodology.  \nFor each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications.  \nThe Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period.  The successful Suppliers will be notified through the Council\u2019s e-Sourcing solution In-Tend.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis.  Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10%\nPlease see Appendix A to see the evaluation criteria and scoring and weighting methodology.  \nFor each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications.  \nThe Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period.  The successful Suppliers will be notified through the Council\u2019s e-Sourcing solution In-Tend."
        },
        "contractPeriod": {
          "endDate": "2033-05-25T23:59:59+00:00",
          "startDate": "2025-05-26T00:00:00+00:00"
        },
        "description": "Service Providers are sought with the technical capability to, and proven experience of installing stock proof fencing where public access is present.\nPost and wire fencing will be needed around certain habitat interventions where livestock is likely to be present. The Service Provider is to source, supply and install the fencing. The use of the following specifications will be required:\nConstruction\n\u2022\tPressure treated strainer posts sunk min 90cm into ground (with 2 struts) at most 100m apart and at changes in direction\n\u2022\tPressure treated intermediate posts at a minimum depth of 55cm and at 2.7m intervals\n\u2022\tGalvanised netting strained and stapled on top, 3rd, 5th and bottom wire\n\u2022\tAdditional top wire placed at 12.5cm above netting. Galvanised barbed wire used except next to paths where plain wire must be used.\n\u2022\tWire possible under netting to fill gaps due to dips.\n\u2022\tStaples not to be fully driven in on intermediates.\n\u2022\tPressure tantalised fencing rails should be used to stockproof between strainers and gates etc.\nMaterials\nTimber\n\u2022\tmust be round peeled softwood (not spruce) and pressure tanalised to BS 4072, or of equivalent quality and durability\n\u2022\tstraining posts 2m x 120mm top diameter.\n\u2022\tstruts 2m x 100mm top diameter\n\u2022\tintermediate stakes 1.7m x 65mm top diameter, pointed\n\u2022\tlonger stakes may be needed in soft or uneven ground conditions\nWire\n\u2022\tmust comply to BS 4102 and be galvanised to BS 443\n\u2022\tline wire: 4mm (8 swg) plain mild galvanised wire\n\u2022\tbarbed wire to be two strand 2.5mm (12\u00bd swg) mild steel galvanised 4 point barbed wire\n\u2022\tpig netting to be C8/80/15 galvanised pig netting\n\u2022\tstaples to be 40mm x 4mm galvanised wire staples\nField gates would expected to be galvanised steel, 15ft long, 7 bar and box-braced.",
        "id": "LOT-0003",
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Lot 3 Installing stock fencing",
        "value": {
          "amount": 40000,
          "amountGross": 48000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis.  Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10%\nPlease see Appendix A to see the evaluation criteria and scoring and weighting methodology.  \nFor each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications.  \nThe Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period.  The successful Suppliers will be notified through the Council\u2019s e-Sourcing solution In-Tend.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis.  Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10%\nPlease see Appendix A to see the evaluation criteria and scoring and weighting methodology.  \nFor each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications.  \nThe Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period.  The successful Suppliers will be notified through the Council\u2019s e-Sourcing solution In-Tend."
        },
        "contractPeriod": {
          "endDate": "2033-05-25T23:59:59+00:00",
          "startDate": "2025-05-26T00:00:00+00:00"
        },
        "description": "Service Providers are sought with the technical capability to, and proven experience of woodland and scrub management on public open space. This lot may have some overlap with others, however it will mainly be used for operations which are not predominantly tractor/vehicle based.\nThe contract will likely be for up to 2 years and specification will be based on site requirements. Services required include:\n1\tThinning existing woodland\n2\tCoppicing\n3\tRemoving scrub from heathlands\n4\tVeteranisation works on mature trees\n5\tInvasive species removal including bracken, laurel and rhododendron.\n6\tMulching bramble scrub\nMuch of this work is likely to form parts of projects to carry out a number of interventions on a woodland parcel to provide an improved condition for wildlife. Therefore, it is possible that a number of these operations would be included within a procurement exercise.\nThe specification for this service will very according to the particular project outcomes required. It will be provided in writing by the Council before commencement.",
        "id": "LOT-0004",
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Lot 4 Woodland and scrub management",
        "value": {
          "amount": 40000,
          "amountGross": 48000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis.  Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10%\nPlease see Appendix A to see the evaluation criteria and scoring and weighting methodology.  \nFor each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications.  \nThe Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period.  The successful Suppliers will be notified through the Council\u2019s e-Sourcing solution In-Tend.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis.  Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10%\nPlease see Appendix A to see the evaluation criteria and scoring and weighting methodology.  \nFor each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications.  \nThe Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period.  The successful Suppliers will be notified through the Council\u2019s e-Sourcing solution In-Tend."
        },
        "contractPeriod": {
          "endDate": "2033-05-25T23:59:59+00:00",
          "startDate": "2025-05-26T00:00:00+00:00"
        },
        "description": "Service Providers are sought with the technical capability to, and proven experience of heathland management and similar on public open space. This lot may have some overlap with others, however it will mainly be used for operations which are predominantly tractor/vehicle based.\nThe contract will likely be for up to 2 years and specification will be based on site requirements. Services required include:\n1\tTopping of mature heath\n2\tMulching gorse and bramble stands\n3\tCutting firebreaks\n4\tWeedwiping sapplings standing above heather \n5\tBare ground creation\n6\tBracken control\nMuch of this work is likely to form parts of projects which will carry out a number of interventions on a woodland parcel to provide an improved condition for wildlife. Therefore, it is possible that a number of these operations would be included within a procurement exercise.\nThe specification for this service will very according to the particular project outcomes required. It will be provided in writing by the Council before commencement.",
        "id": "LOT-0005",
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Lot 5 Heathland, gorse and bramble",
        "value": {
          "amount": 120000,
          "amountGross": 144000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis.  Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10%\nPlease see Appendix A to see the evaluation criteria and scoring and weighting methodology.  \nFor each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications.  \nThe Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period.  The successful Suppliers will be notified through the Council\u2019s e-Sourcing solution In-Tend.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis.  Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10%\nPlease see Appendix A to see the evaluation criteria and scoring and weighting methodology.  \nFor each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications.  \nThe Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period.  The successful Suppliers will be notified through the Council\u2019s e-Sourcing solution In-Tend."
        },
        "contractPeriod": {
          "endDate": "2033-05-25T23:59:59+00:00",
          "startDate": "2025-05-26T00:00:00+00:00"
        },
        "description": "Service Providers are sought with the technical capability to, and proven experience of, creating and managing wetlands, including watercourses, for wildlife, on public open space.\nThe specification of this service will be very site specific. It would be expected to create or bring wetlands into a better condition. Operations would include:\n\u2022\tDigging ponds\n\u2022\tVegetation and silt removal from ponds\n\u2022\tDaylighting culverts\n\u2022\tReprofiling banks of watercourses\n\u2022\tCreating meanders, riffles and or/pools in watercourses \n\u2022\tCreating leaky dams and large woody debris in watercourses\n\u2022\tTree works including pollarding and coppicing\n\u2022\tRemoval of vegetation including scrub from fen/reedbeds\n\u2022\tCutting and removing submergent and emergent vegetation from a canal (including via use of boats)\n\u2022\tInvasive plant species control\nThe specification for this service will very according to the particular project outcomes required. It will be provided in writing by the Council before commencement",
        "id": "LOT-0006",
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Lot 6 General wetland habitat creation",
        "value": {
          "amount": 160000,
          "amountGross": 192000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis.  Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10%\nPlease see Appendix A to see the evaluation criteria and scoring and weighting methodology.  \nFor each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications.  \nThe Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period.  The successful Suppliers will be notified through the Council\u2019s e-Sourcing solution In-Tend.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis.  Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10%\nPlease see Appendix A to see the evaluation criteria and scoring and weighting methodology.  \nFor each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications.  \nThe Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period.  The successful Suppliers will be notified through the Council\u2019s e-Sourcing solution In-Tend."
        },
        "contractPeriod": {
          "endDate": "2033-05-25T23:59:59+00:00",
          "startDate": "2025-05-26T00:00:00+00:00"
        },
        "description": "Telford \u0026 Wrekin Council are a registered Habitat Delivery Body under the Natural England Great Crested Newt (GCN) District Level Licencing (DLL) scheme. The DLL scheme is a new approach to GCN conservation in the borough which focusses on strategic conservation of the species using Conservation Payments made by development schemes. \nThere are several elements of the DLL scheme which the Council will need to provide. In some cases these may be provided in house by the Council\u2019s Ecology \u0026 Green Infrastructure Specialists and in some cases these services will be provided by independent contractors registered under this framework.\nIt is likely that diversification contracts will be up to three years and annual management contracts for a year.\nService providers are sought who have the technical capability to dig new ponds and restore ponds existing ponds in line with the established DLL scheme pond specification and who are also capable of carrying out pond maintenance works. The cost of each work element will be assessed and awarded either via direct awards or further competition.\nSuppliers will, when circumstances require it, need to work under the supervision of an ecologist holding a great crested newt survey licence from Natural England. This will be the case where the pond is in an area where great crested newts are likely to be present and is required in order to ensure the protection of GCN which are a European Protected Species.",
        "id": "LOT-0007",
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Lot 7 Great crested newt ponds",
        "value": {
          "amount": 400000,
          "amountGross": 480000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "participationFees": [
      {
        "description": "There is no % fee charged to suppliers",
        "id": "ocds-h6vhtk-04e9b5",
        "type": [
          "win"
        ]
      }
    ],
    "procedure": {
      "features": "The term of this Framework will be 8 years (although Call-Off Contracts let under the Framework may extend further than the Framework end date, particularly maintenance contracts which in some cases may be for up to 30 years).  The Procurement Act 2023 has introduced a new type of Framework called an open Framework which can be reopened at set times during its operation to give new suppliers the opportunity to join.  We intend to reopen the Framework after Year 1 (with the option to delay this to Year 3) and again after Year 5.  \nIf you are awarded a place on the original Framework you will be asked if you want to remain on the Framework and if so whether you want to amend your bid when it is reopened or keep to your original bid.  When the Framework is reopened new bids will be evaluated which may result in a different ranking for your organisation and may affect whether you remain on the framework and/or awarded work via direct award."
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Competitive flexible procedure",
    "riskDetails": "PLEASE NOTE: Values given are approximate.  We are not able to put an accurate valuation on the Lots as works will be reactive to funding and opportunity.",
    "status": "active",
    "submissionMethodDetails": "This opportunity is accessed through the Telford \u0026 Wrekin tender portal https://in-tendhost.co.uk/telford/aspx/Tenders/Current \nThe opportunity number is TWC000797.   If you\u0027re not already registered on the In-Tend system you can register via this link https://in-tendhost.co.uk/telford/aspx/Registration\nPlease ensure that you allow yourself at least 2 hours when responding to this invite prior to the closing date and time, especially if you have to upload multiple documents.  No other method of submission will be accepted.",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "description": "There are two ways the Council can procure from the Framework when Suppliers have been awarded a place on it: via direct award or via further competition. The Council retains the option to use either method, however will primarily use further competitions where the specification for the work/services being procured is complex and standard costs are less meaningful measures of overall cost.\n4.1\tDirect Award\nThe Supplier ranked first on each Lot will be approached to give a quote and if they are able to meet the Council\u2019s timescales, the work/services will be directly awarded.  If they cannot fulfil the requirement the Supplier ranked second may be approached and so on.  The quote given must be based on services and prices given as part of the Supplier\u2019s tender (although some additional minor costs may also need to be provided).  \n4.2\tFurther Competition\nAll the potential Suppliers on the relevant Lot of the Framework will be asked to quote. If there is a cross-over of work/service provision required then Suppliers on more than one Lot may be asked to quote. Suppliers may alter prices previously given as part of this bid to make their quote more competitive.",
        "isOpenFrameworkScheme": true,
        "method": "withAndWithoutReopeningCompetition",
        "openFrameworkSchemeEndDate": "2033-05-25T23:59:59Z",
        "type": "closed"
      },
      "hasFrameworkAgreement": true
    },
    "tenderPeriod": {
      "endDate": "2025-04-25T17:00:00Z"
    },
    "title": "The Provision of Habitat Improvement Works",
    "value": {
      "amount": 1160000,
      "amountGross": 1392000,
      "currency": "GBP"
    }
  }
}