Section one: Contracting authority
one.1) Name and addresses
Devon County Council
County Hall, Topsham Road
Exeter
EX2 4QD
Contact
Mr Symon Doliczny
Telephone
+44 1392383000
Country
United Kingdom
Region code
UKK43 - Devon CC
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
local Government
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CP2528-24 Maintenance and Improvement of Public Rights of Way Framework 2025 - 2029
Reference number
DN735787
two.1.2) Main CPV code
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
two.1.3) Type of contract
Services
two.1.4) Short description
To provide maintenance and improvement works to approximately 5 000 km of Public Rights of Way (comprising footpaths, bridleways, restricted byways and byways), 230 km of off-road recreational trail network (for example, the Tarka Trail) and 590 km of minor road network (mainly unmetalled) including the South West Coast Path National Trail, for which it is responsible along with the areas covered by the Stover Country Park and Grand Western Canal Country Park or other land requiring works. The Framework Agreement may also be used by both Dartmoor and Exmoor National Park Authorities to maintain some or all of the public rights of way within their park boundaries under an Agency Agreement with Devon County Council and it may be that works are ordered by either the Dartmoor or Exmoor National Park Authorities or Devon County Council through this arrangement." Parish and Town Councils may also need to use the Framework for path works carried out on behalf of Devon County Council.
Multiple appropriately skilled, competent contractors are required to carry out routine, reactive and planned maintenance and improvement works across Devon, to a value of up to £120,000 per scheme - ranging from seasonal vegetation cuts to path establishment works, but also allowing for related work such as path inspections and drafting of Orders for temporary closures and/or path diversions. Total annual spend is in the region of £1.5m, including a high proprtion of lower value work of less than £5,000.
The current Framework enables selection of contractors on a geographical basis (e.g. at District level), and the aspiration is that the new Framework also allows for this.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
two.2.3) Place of performance
NUTS codes
- UKK4 - Devon
Main site or place of performance
To be delivered within eight geographical districts within Devon (see tender documents)
two.2.4) Description of the procurement
Lot 1: Work Activities which will include Vegetation Clearance and Typical Maintenance and Improvement Activities (Service Group A). and Work Activities involving the use of Chainsaw Equipment including Tree Works (up to 380 mm diameter and ground based works only) (Service Group B).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
2
two.2.2) Additional CPV code(s)
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
two.2.3) Place of performance
NUTS codes
- UKK4 - Devon
Main site or place of performance
To be delivered within eight geographical districts within Devon (see tender documents)
two.2.4) Description of the procurement
Lot 2: Work Activities which will include more extensive works such as path surfacing, drainage and bridge installation, involving the use of heavier machinery and equipment (Service Groups C and D)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
3
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
two.2.3) Place of performance
NUTS codes
- UKK4 - Devon
Main site or place of performance
To be delivered within eight geographical districts within Devon (see tender documents)
two.2.4) Description of the procurement
Lot 3: Work Activities requiring technical expertise such as path inspections (planned and reactive), applying for permits and permissions (e.g., planning consent, and environmental permits), and assessing proposals for and drafting of path orders.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
Envisaged maximum number of participants to the framework agreement: 60
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
19 December 2024
Local time
12:00pm
Changed to:
Date
3 January 2025
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
19 December 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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
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.
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom