South East
Category Works
Type
No. of Lots 1
Status Active
Published 16th May 2023
Reference | ocds-h6vhtk-03a116 |
Common Procurement Vocabulary | Landscaping work |
Procurement Method | Open procedure |
Value | £4,500,000 |
More Tenders »
South East
Category Works
Type
No. of Lots 1
Status Active
Published 16th May 2023
Reference | ocds-h6vhtk-03a116 |
Common Procurement Vocabulary | Landscaping work |
Procurement Method | Open procedure |
Value | £4,500,000 |
Section I: Contracting authority
I.1) Name and addresses
HAMPSHIRE COUNTY COUNCIL
The Castle
WINCHESTER
SO238ZB
strategic.procurement [at] hants.gov.uk
Country
United Kingdom
NUTS code
UKJ3 - Hampshire and Isle of Wight
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://www.in-tendhost.co.uk/hampshire/aspx/Home
I.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
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Landscape Planting & Establishment Works including Highways Environments Framework for Hampshire
Reference number
ET19594
II.1.2) Main CPV code
- 45112700 - Landscaping work
II.1.3) Type of contract
Works
II.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.
II.1.5) Estimated total value
Value excluding VAT: £4,500,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.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
II.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.
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £4,500,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.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 III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.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.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.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
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-002785
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
20 June 2023
Local time
2:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.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)
IV.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 VI. Complementary information
VI.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.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales.
London
Country
United Kingdom