Tender

CP2528-24 Maintenance and Improvement of Public Rights of Way Framework 2025 - 2029

  • Devon County Council

F02: Contract notice

Notice identifier: 2024/S 000-036813

Procurement identifier (OCID): ocds-h6vhtk-04b65c

Published 14 November 2024, 10:34am



The closing date and time has been changed to:

3 January 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Devon County Council

County Hall, Topsham Road

Exeter

EX2 4QD

Contact

Mr Symon Doliczny

Email

symon.doliczny@devon.gov.uk

Telephone

+44 1392383000

Country

United Kingdom

Region code

UKK43 - Devon CC

Internet address(es)

Main address

http://www.devon.gov.uk

Buyer's address

http://www.devon.gov.uk

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