Tender

Landscape Planting & Establishment Works including Highways Environments Framework for Hampshire

  • HAMPSHIRE COUNTY COUNCIL

F02: Contract notice

Notice identifier: 2023/S 000-013861

Procurement identifier (OCID): ocds-h6vhtk-03a116

Published 16 May 2023, 10:02am



Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO238ZB

Email

strategic.procurement@hants.gov.uk

Country

United Kingdom

Region code

UKJ3 - Hampshire and Isle of Wight

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.hants.gov.uk

Buyer's address

https://www.in-tendhost.co.uk/hampshire/aspx/Home

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.in-tendhost.co.uk/hampshire/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.in-tendhost.co.uk/hampshire/aspx/Home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Landscape Planting & Establishment Works including Highways Environments Framework for Hampshire

Reference number

ET19594

two.1.2) Main CPV code

  • 45112700 - Landscaping work

two.1.3) Type of contract

Works

two.1.4) Short description

This procurement is for the establishment of a multi-supplier framework.

Type of projects:

Native species planting and habitat creation together with establishment maintenance (up to 5 years) for small to large scale projects, with a typical value between £500 and £500K. There may be associated small scale hard landscape items such as fencing, drainage and paving.

The projects provide mitigation for the landscape and visual impacts of civil engineering projects. Planting mainly native species vegetation aids carbon capture, reduction in surface water run-off and entrapment of air pollutants.

Works out of scope of contract

The type of works falling out of scope include carriageway, pavement and Civil Engineering construction, which fall under a broader Highway maintenance works category.

Working environment:

Projects may be located in any of the following situations:

• Adjacent a live highway.

• Within a live construction site.

• Other project area.

two.1.5) Estimated total value

Value excluding VAT: £4,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45112730 - Landscaping work for roads and motorways
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works
  • 45233222 - Paving and asphalting works
  • 45233229 - Verge maintenance work
  • 45342000 - Erection of fencing
  • 77310000 - Planting and maintenance services of green areas

two.2.3) Place of performance

NUTS codes
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ37 - North Hampshire
Main site or place of performance

The geographical scope of the Framework will be the Hampshire County Council local authority area, excluding the Isle of Wight, Portsmouth and Southampton.

two.2.4) Description of the procurement

Contractors will be working in a live highway environment and/or in conjunction with a main, civil engineering project.

Special requirements:

In response to new requirements relating to biodiversity net gain (BNG), projects may be required to deliver habitat enhancements taking into account ecological sensitivities likely to be encountered on sites in Hampshire.

Specific works include but are not limited to:

• Preparation of ground for planting: weed control, cultivation, fertilising (topsoiling usually carried out by others).

• Seeding: amenity and/or specialist wildflower mixes including wetland mixes for swales and SuDS features.

• Wildflower plug planting appropriate to the local area.

• Bulb planting

• Mass planting native species whips and transplants on highway verges and adjacent areas.

• Specimen tree planting: from standard to semi mature stock into tree pits prepared by others.

• Horticultural sundries: rabbit/tree guards, stakes & ties, tree pit irrigation pipes; mulching etc.

• Creation of hibernacula, erection of bird and bat boxes, habitat piles etc.

• Protective fencing: timber and mesh fencing for planting areas.

• Ancillary works: small scale hard landscape items as required, typically small areas of paving or drainage.

• Post planting establishment - usually 3-to-5 year maintenance periods (including replacement of plant failures), to include weed control (typically herbicide treatment and/or strimming), hedge trimming, checking tree stakes/guards, re-mulching, watering, regular inspections.

• Grassland maintenance: amenity and wildflower types including embankments, verges, roundabouts, SuDS features. Arisings from wildflower areas to be removed off site.

A three-to-five year establishment phase will typically be attached to each project.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Authorities within the geographical scope of Hampshire will have access to this framework via a Joint Working Agreement. For example where the Contracting Authority is delivering a shared infrastructure project with another Authority and or the Authority may also be contracting resources as part of the joint working arrangement.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Qualification requirements:

- All site-based staff must hold a Construction Skills Certification Scheme (CSCS) card.

- The Health and Safety Manager must hold NEBOSH Health and Safety Management for Construction (UK) qualification and or CITB's Site Management Safety Training Scheme (SMSTS).

- Site supervisors/managers hold Managing safely IOSH qualification and or CITB's Site Supervisors Safety Training Scheme (SSSTS).

Legislative requirements:  

- The delivery of Landscape projects on Highway land is constrained by legislative requirements under the Highways Act of 1980. Contractors are required to have competent operatives, with the required organisational processes in place to meet the legislation:

- The design, operation and management of traffic management in accordance with the Traffic Signs Manual Chapter 8: Traffic Safety Measures Road Works and Temporary Situations (2009) and the Safety at Street Works and Road Works: A Code of Practice (2013) (SSWRW), and any other applicable regulatory and advisory standards.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Insurance requirements will be set out in full within the call-off contracts and depend on the site of the project. As an indication the following levels apply however further explanation of specific requirements is set out in the tender documents.

• Public Liability £5 million

• Employers Liability £5 million

• Professional Indemnity £2 million

• Motor Vehicle - Unlimited for injury or death and £10 million for damage to property

All contract awards under the Framework will use Landscape Works Contract 2017 (JCLI LWC 2017) and the Landscape Maintenance Works Contract 2017 (JCLI LMC 2017) or a successor equivalent.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-002785

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 June 2023

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 June 2023

Local time

3:00pm

Information about authorised persons and opening procedure

Only by authorised personnel in the Contracting Authority's organisation


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Further notices for re-procurement of these services are likely to be issued within 12 months of the framework end date.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales.

London

Country

United Kingdom