Scope
Reference
MFF165 2025-2031 Ground Works Open Framework
Description
1.This Open Framework ('OFW') Invitation for Tender is for the undertaking of Ground Works on restoration Work Sites around the Peak District and South Pennines SAC, with the aim to restore hydrology, stabilise and revegetate bare peat, and increase biodiversity on the Sites.
2. The OFW Works comprise the following 9 'Elements' (see Section 1, clause 1.5 and 1.6:
2.1. Heather Brash and Bale Supply
2.2. Gully Blocking and Bare Peat work
2.3. Machine Work
2.4. Cutting
2.5. Planting
2.6. Natural Flood management
2.7. General Machine/Tractor Works
2.8. General Labour
2.9. Invasive Species Removal
3. These Elements include the following sub-elements:
3.1. Heather Brash and Bale Supply
3.1.1. Supply of Heather Brash (cutting, bagging, transport)
3.1.2. Supply of Heather bales (cutting, baling, transport)
3.2. Gully Blocking and Bare Peat work
3.2.1. Gully blocking
3.2.1.1. Construction of stone dams into gullies
3.2.1.2. Construction of Natural Fibre Log Dams into gullies
3.2.1.3. Construction of Heather Bale Dams into gullies
3.2.1.4. Construction of Timber Dams into gullies
3.2.2. Bare Peat Work
3.2.2.1. Spreading of Heather Brash on bare peat
3.2.2.2. Spreading of Lime, Seed, and Fertiliser
3.2.3. Supply, delivery, transport, planning, marshalling works
3.2.3.1. Supply and delivery of Materials required to complete the Works, unless otherwise stated.
3.2.3.2. Appropriate storage of Materials, as necessary.
3.2.3.3. Supply and delivery of suitable Trackway for storing materials on (if required).
3.2.3.4. Forwarding of Materials and Equipment required to complete the Works to and within Works Sites, excluding Airlifting
3.2.3.5. Planning the Aerial load lifting Works, including marking out drop locations and working in collaboration with the Authorities Airlifting Contractor to deliver the works
3.2.3.6. Marshalling of Aerial load lifting, including materials drops
3.3. Machine Work
3.3.1. Construction of Peat Dams into gullies
3.3.2. Construction of Bunds
3.3.3. Re-profiling of hags and gully sides
3.4. Cutting
3.4.1. Cutting or flailing of vegetation and/or windrowing or collection of cut vegetation.
3.5. Planting
3.5.1. Planting of Sphagnum Plug plants
3.5.2. Planting of Sedge and Dwarf Shrub Plug plants
3.6. Natural Flood management
3.6.1. Construction of Large leaky Dams into gullies
3.7. General Machine/Tractor Works
3.7.1. Loading and unloading of materials.
3.7.2. Transporting materials by tractor and trailer (on or off road)
3.7.3. Moving materials by low ground pressure all-terrain vehicle (ATV)
3.7.4. Excavation such as ditching and digging
3.7.5. Chain harrowing
3.7.6. Rolling
3.7.7. Flattening ruts or bumps with digger bucket
3.8. General Labour
3.8.1. Digging
3.8.2. Collecting waste materials
3.8.3. Surveying
3.8.4. Marking out helicopter drop locations
3.9. Invasive Species Removal
3.9.1. Removing invasive species such as Sitka Spruce, Bracken or Rhododendron
Please see Invitation to Tender for further details
Commercial tool
Establishes an open framework
Total value (estimated)
- £7,200,000 excluding VAT
- £8,640,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 22 September 2025 to 21 September 2031
- 6 years
Main procurement category
Works
CPV classifications
- 45112400 - Excavating work
- 45112700 - Landscaping work
- 45247000 - Construction work for dams, canals, irrigation channels and aqueducts
- 77300000 - Horticultural services
- 90720000 - Environmental protection
Contract locations
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
Justification for not using lots
The procurement has not been designated to Lots. All call-off contracts under the Framework will be procured via a Further Competition of specific work packages under the terms of the OFW. These packages will be split and based on site and/or work types, in order to provide a range of work package sizes and work types; which will serve to make call-off contracts under the Framework more accessible to SMEs and VCSEs. The variables for the works are sites/types of works required/materials/quantities/transporting people, etc required. However, at the point of publication of the UK4 Tender Notice, future packages (including site and works required) cannot be determined with sufficient detail to define as Lots for the requirements of the Tender Notice.
Framework
Open framework scheme end date (estimated)
21 September 2031
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Further information about fees
No fees
Framework operation description
1. This Open Framework ('OFW') Invitation for Tender ("ITT") is for the undertaking of Ground Works on restoration Work Sites around the Peak District and South Pennines SAC.
2. The OFW period shall be 22nd September 2025 to 21st September 2031, subject to more than one Supplier being appointed to each Framework in the scheme of Frameworks ("the OFW Period").
3. The estimated value of this Open Framework is £7.2 million (excluding VAT).
4. A Framework is a contract between a contracting authority and one or more Suppliers that provides for the future award of contracts by the contracting authority to the Supplier or Suppliers.
5. Opening and operation of the Framework:
5.1 The Authority intends to re-open the Framework at the following points :
• Once during the period of 2 years from award of the first Framework under the scheme, and,
• Within a period of 2 years beginning on the award of the second Framework scheme.
5.2 The Authority reserves the right to adjust the indicative reopening schedule in response to operational requirements. Any changes will be communicated transparently and with sufficient notice via Find a Tender Service and to Existing Suppliers.
5.3 The final Framework will expire at the end of the period of 6 years beginning with the Framework Commencement Date (subject to more than one Supplier being appointed to each Framework in the scheme).
5.4 There will be no limit on the number of Suppliers that can be party to each of the Frameworks in the scheme.
5.5 Whenever the Framework is re-opened, the award of that new Framework will effectively close the existing agreement and create a new Framework. Any processes for the award of a Call-Off contract under the expired Framework that have already commenced can continue following the expiry of that Framework.
5.6 At the point of re-opening the Framework, suppliers will be notified of the re-opening by publication on Find a Tender Service. Existing Framework suppliers may also be directly contacted and invited to apply to join the new Framework.
5.7 During each re-opening, suppliers who are party to the Framework in existence immediately prior to the next Framework to be awarded (Existing Suppliers) will be required to:
5.7.1 Confirm whether they wish to be considered to join the new Framework in the scheme of frameworks, and, if they do:
5.7.2 Specify whether they wish to be considered by reference to either:
5.7.2.1 The fact that the Existing Supplier is party to the Framework in existence immediately prior to the next Framework to be awarded under the scheme. If an Existing Supplier chooses this option the earlier tender will not be re-assessed and the supplier will simply remain on the Framework; or
5.7.2.2 A tender relating to an earlier award under the scheme. If an Existing Supplier chooses this option the earlier tender will be re-assessed. There is no guarantee of re-appointment to the Framework; or
5.7.2.3 A new tender submitted in relation to the current award. If an Existing Supplier chooses this option the new tender will be assessed. There is no guarantee of re-appointment to the Framework.
5.8 Existing Suppliers can choose not to not join the new Framework.
5.9 All suppliers, whether new or Existing, will be subject to the same exclusion checks and compliance requirements, and all Existing Suppliers will be re-assessed against mandatory and discretionary exclusion grounds at each re-opening.
5.10 Full instructions will be provided at the point of re-opening the Framework.
5.11 In the event that only one supplier is appointed to any Framework in the scheme of Frameworks during the open Framework Period then the maximum term for the Framework, and the open Framework, will be 4 years from the date on which the single supplier Framework is awarded.
6. How prices are determined:
Prices are determined on an open competitive basis during the Further Competition (mini-competition) for each works package. Indicative prices only are requested as part of the information provided by bidders to be appointed to the OFW. These indicative prices will not be fixed and are for evaluation purposes only.
7. Selection process for award of contracts:
Detailed evaluation criteria for appointment to the OFW are set out in the ITT:
7.1 Section criteria for the Framework.
Framework Suppliers will be selected based on an evaluation using the criteria set out below:
7.1.1 Price (10% of the total score value);
10 x (Lowest Tender Price)÷(Supplier X's Price)
7.1.2 Quality Criteria (89% of the total score value):
7.1.2.1. Quality Criteria 1 - 45% of the total score value
Experience, Past Performance and ability to deliver work to meet the contract objectives and specifications
a. Description of works previously delivered including types, amount and timescales completed
b. Provision of references for above works
7.1.2.2. Quality Criteria 2 - 44% of the total score value
Technical and Delivery Capability
a. Description / list resources available
b. Description / list equipment available
c. Method statements for each works type
7.1.3 Social Value Criteria - 1% of the total score value
Description of how the Contractor would create positive impact on people and communities, through one or more of the following aspects of social value:
7.1.3.1 Social/wellbeing improvements for individuals and communities
7.1.3.2 Economic benefits that uplift society's wellbeing;
7.1.3.3 Environmental; encouraging sustainable processes.
Quality Criteria and Social Value Criteria responses will each be marked against the Quality scoring methodology in Table 1 in Section 1 of the ITT.
Suppliers may tender to be appointed to the Framework for any of the Elements of the Works. If a Supplier does not tender for the Framework for an Element, or scores '0, 1 or 2' for that Element(s) of Work the tender will be deemed non-compliant and rejected without further evaluation with regards to that Element. The Supplier will not be permitted to tender for that Element in any Further Competition (including MFF165-01 ) for the duration of that Framework. This does not prohibit a Supplier tendering for any Elements in subsequent Frameworks under the scheme. This is considered to be a Condition of Participation for the purposes of the Procurement Act 2023.
7.2 Section criteria for Further Competitions:
Evaluation criteria for Further Competitions for call-off contracts under the OFW will be set by the Authority, but will not fundamentally alter, the criteria specified below. The Authority user will be able to decide what percentage of marks it wants to allocate to each of the evaluation criteria, within the maximum and minimum amounts set out:
Evaluation Criteria (100%)
7.2.1 Price:
• Minimum and maximum%: 10-90%
• Sub-criteria: N/A
• Sub-criteria % of overall score: To be determined at further competition
7.2.2 Quality:
• Minimum and maximum%: 10-90%
7.2.2.1 Sub-criteria:
a. QC1 Experience, past performance and ability to deliver work to meet the contract objectives and specifications
b. QC2 Technical and delivery capability such as method statements, resources, equipment and schedules
c. Sub-criteria % of overall score: To be determined at further competition
7.2.3 Social Value, climate change and carbon reduction (if required):
• Minimum and maximum%: 0-10%
Sub-criteria: N/A
Sub-criteria % of overall score: To be determined at further competition.
Quality Criteria and Social Value Criteria responses will each be marked against the scoring methodology in Table 1 "Quality Scoring Methodology" included in the ITT. Any tender scoring 0 or 1 for Quality Criteria1 or Quality Criteria 2 with regard to that Element(s) of work they have tendered for will be deemed non-compliant and rejected without further evaluation with regards to that Element. This is considered to be a Condition of Participation for the purposes of the Procurement Act 2023.
7.3 The OFW also includes an immediate Further Competition for a call-off contract under the OFW MFF165-01 works package. Detailed evaluation criteria are set out in the ITT and are as follows:
7.3.1 Price (50% of the total score value);
50 x (Lowest Tender Price as set out in the Itemised Costs at Appendix 8 )÷(Supplier X's Price)
7.3.2. Quality criteria (49% of the total score value):
7.3.2.1 Quality Criteria 1 (25% of the total score value):
Experience, Past Performance and ability to deliver work to meet the contract objectives and specifications
a. Description of works previously delivered including types, amount and timescales completed
b. Provision of references for above works
7.3.2.2 Quality Criteria 2 - 24% of the total score value
Technical and Delivery Capability
a. Method statements for each works package
b. Programme and resourcing plan demonstrating how you will complete the works within the specified time constraints. (e.g. dates, durations, number of plant/personnel and work rates as minimum).
7.3.3 Social Value Criteria - 1% of the total score value
Description of how the Contractor would create positive impact on people and communities, through one or more of the following aspects of social value :
7.3.3.1. Social/wellbeing improvements for individuals and communities
7.3.3.2 Economic benefits that uplift society's wellbeing;
7.3.3.3 Environmental; encouraging sustainable processes.
Quality Criteria and Social Value Criteria responses will each be marked against the scoring methodology in Table 1 "Quality Scoring Methodology" included in the ITT. Any tender scoring '0 or 1 for Quality Criteria1 or Quality Criteria 2 with regard to that Element(s) of work they have tendered for will be deemed non-compliant and rejected without further evaluation with regards to that Element. This is considered to be a Condition of Participation for the purposes of the Procurement Act 2023.
Please see the ITT for further details.
Award method when using the framework
With competition
Contracting authorities that may use the framework
Establishing party only
Participation
Technical ability conditions of participation
Quality Criteria 1:
Experience, Past Performance and ability to deliver work to meet the contract objectives and specifications
i. Description of works previously delivered including types, amount and timescales completed
ii. Provision of references for works tendered for
Quality Criteria 2
Technical and Delivery Capability
i. Description / list resources available
ii. Description / list equipment available
iii. Method statements for each works type
Framework appointment: Any tender scoring '0, 1 or 2 for quality criteria Quality Criteria 1 or Quality Criteria 2 of not tendering for that Element with regard to the element(s) of Work in that package tendered for will be deemed non-compliant and rejected without further evaluation with regards to the Framework for that Element.
For Further Competitions any tender scoring '0 or 1 for Quality Criteria 1 or Quality Criteria 2 for that Element with regard to the element(s) of Work in that package tendered for will be deemed non-compliant and rejected without further evaluation with regards to the Further Competition.
Please see ITT for further details
These are considered to be Condition of Participations for the purposes of the Procurement Act 2023.
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
2 September 2025, 5:00pm
Tender submission deadline
2 September 2025, 5:00pm
Submission address and any special instructions
Submission
Tenders must be submitted by e mail to Tenders@peakdistrict.gov.uk
By 17.00pm 2 September 2025
The following, and only the following, must be used in the subject line:
REF: MFF165 2025-2031 Ground Works Open Framework Tender delivery of sphagnum plugs
Please see link to the Tender Notice at
https://www.moorsforthefuture.org.uk/tenders
a link is also provided at
- https://www.peakdistrict.gov.uk/looking-after/about-us/open-government/tenders
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
16 September 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Quality Criteria 1 | Experience, Past Performance and ability to deliver work to meet the contract objectives and specifications i. Description of works previously delivered including types, amount and timescales completed... |
Quality | 45% |
Quality Criteria 2 | Technical and Delivery Capability i. Description / list resources available ii. Description / list equipment available iii. Method statements for each works type |
Quality | 44% |
Price | Price | 10% | |
Social Value criteria | Description of how the Contractor would create positive impact on people and communities, through one or more of the following aspects of social value : i. Social/wellbeing improvements for individuals... |
Quality | 1% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Justification for not publishing a preliminary market engagement notice
A preliminary market engagement notice (UK2) has been published "Peatland Restoration 2025-2030)
Notice identifier - 2025/S 000-038424
OCID - ocds-h6vhtk-055b94
but cannot be found on the link page. The Invitation to Tender has been amended to make reference to the UK2 notice and request that bidders review this.
Documents
Associated tender documents
https://www.moorsforthefuture.org.uk/tenders
Please see link to the Tender Notice at
https://www.moorsforthefuture.org.uk/tenders
a link is also provided at
- https://www.peakdistrict.gov.uk/looking-after/about-us/open-government/tenders
Contracting authority
Peak District National Park Authority
- Public Procurement Organisation Number: PRMG-9537-GCRD
Aldern House, Baslow Road
Bakewell
DE45 1AE
United Kingdom
Region: UKF13 - South and West Derbyshire
Organisation type: Public authority - sub-central government