Tender

The Provision of Habitat Improvement Works

  • Borough of Telford & Wrekin

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-008007

Procurement identifier (OCID): ocds-h6vhtk-04e9b5

Published 5 March 2025, 11:24am

Last edited 26 March 2025, 4:17pm

Show all versions Hide all versions


This is an old version of this notice. View the latest version.

Scope

Reference

TWC000797

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.

Commercial tool

Establishes an open framework

Total value (estimated)

  • £1,160,000 excluding VAT
  • £1,392,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 25 April 2025 to 25 April 2033
  • 8 years, 1 day

Main procurement category

Services

CPV classifications

  • 90700000 - Environmental services

Lot LOT-0001. Lot 1 Grassland

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 value (estimated)

  • £160,000 excluding VAT
  • £192,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0002. Lot 2 Hedgerows & tree planting

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 value (estimated)

  • £240,000 excluding VAT
  • £288,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0003. Lot 3 Installing stock fencing

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 value (estimated)

  • £40,000 excluding VAT
  • £48,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0004. Lot 4 Woodland and scrub management

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 value (estimated)

  • £40,000 excluding VAT
  • £48,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0005. Lot 5 Heathland, gorse and bramble

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 value (estimated)

  • £120,000 excluding VAT
  • £144,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0006. Lot 6 General wetland habitat creation

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 value (estimated)

  • £160,000 excluding VAT
  • £192,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0007. Lot 7 Great crested newt ponds

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 value (estimated)

  • £400,000 excluding VAT
  • £480,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Open framework scheme end date (estimated)

25 April 2033

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Further information about fees

There is no % fee charged to suppliers

Framework operation 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.

4.1 Direct Award

The Supplier ranked first on each Lot will be approached to give a quote and if they are able to meet the Council's 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's tender (although some additional minor costs may also need to be provided).

4.2 Further Competition

All 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.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Lot LOT-0001. Lot 1 Grassland

Lot LOT-0002. Lot 2 Hedgerows & tree planting

Lot LOT-0003. Lot 3 Installing stock fencing

Lot LOT-0004. Lot 4 Woodland and scrub management

Lot LOT-0005. Lot 5 Heathland, gorse and bramble

Lot LOT-0006. Lot 6 General wetland habitat creation

Lot LOT-0007. Lot 7 Great crested newt ponds

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

25 March 2025, 5:00pm

Submission type

Tenders

Tender submission deadline

1 April 2025, 6:00pm

Submission address and any special instructions

This opportunity is accessed through the Telford & Wrekin tender portal https://in-tendhost.co.uk/telford/aspx/Tenders/Current

The opportunity number is TWC000797. If you're not already registered on the In-Tend system you can register via this link https://in-tendhost.co.uk/telford/aspx/Registration

Please 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.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

15 April 2025


Award criteria

This table displays the award criteria of the lot
Name Description Type
Simple 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...

Price

Weighting 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%

Please see Appendix A to see the evaluation criteria and scoring and weighting methodology.

For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked...


Other information

Payment terms

The Council's method of payment of invoices is by BACS. The Council will pay the supplier's invoices within 30 days of receipt of the tax point of a correct and valid invoice for work/services that has been completed.

Incorrect 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 of risks to contract performance

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.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure 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.

Justification for not publishing a preliminary market engagement notice

Preliminary market engagement was carried out under PCR 2015


Contracting authority

Borough of Telford & Wrekin

  • Public Procurement Organisation Number: PHHD-5776-GZNN

Darby House, Telford Town Centre, Lawn Central,

Telford, Shropshire

TF3 4JA

United Kingdom

Contact name: Alan Preece

Email: procurement@telford.gov.uk

Website: http://www.telford.gov.uk

Region: UKG21 - Telford and Wrekin

Organisation type: Public authority - central government