Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

SC230254 - Public Rights of Way (PRoW) Vegetation Clearance

  • First published: 20 July 2024
  • Last modified: 20 July 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0469b5
Published by:
Kent County Council
Authority ID:
AA20084
Publication date:
20 July 2024
Deadline date:
19 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Kent County Council (KCC) require a contract for a number of providers to undertake routine vegetation clearance on identified Public Rights of Way (PRoW); a statutory requirement. The contract will be split into 10 lots, combining an element of programmed work together with ad-hoc requirements including off road cycle paths.

Public Rights of Way consist of four different levels of access:

• Public Footpath (FP) for pedestrian use;

• Public Bridleway (BR) for equestrian, pedestrian and pedal cyclists use;

• Restricted Byway (RB) a carriageway for use by non-motorised vehicles, equestrians and pedestrians; and

• Byways Open to All Traffic (BW) a carriageway for use by all forms of traffic.

Kent County Council (on behalf of the Public Rights of Way and Access Service (PRoW)) is looking to put in place new Contracts to fulfill the statutory requirements of the PRoW team for the provision of vegetation clearance services on the Kent Public Rights of Way Network.

The previous contract commenced in April 2018 for an initial period of 5-years with two optional 12-months extensions. Both extensions have been taken with the current extension due to expire in April 2025.

It is anticipated that the planned Contracts will begin in April/June 2025.

The existing multiple contracts were procured to undertake routine vegetation clearance on identified Public Rights of Way; with the contract being split into 10 lots, combining an element of programmed work together with ad-hoc requirements including off road cycle paths, with a 30-day turnaround time. The breakdown of lots are as follows:

Lot 1 - Ashford and Folkestone & Hythe

Lot 2 - Canterbury and Thanet

Lot 3 – Dover

Lot 4 – Swale

Lot 5 - Dartford & Gravesham

Lot 6 - Maidstone

Lot 7 – Sevenoaks

Lot 8 – Tonbridge & Malling

Lot 9 – Tunbridge Wells

Lot 10 – North Downs Way

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Kent County Council

Sessions House

Maidstone

ME14 1XQ

UK

Contact person: Miss Laura Garay

E-mail: Laura.Garay2@kent.gov.uk

NUTS: UKJ4

Internet address(es)

Main address: http://www.kent.gov.uk

Address of the buyer profile: http://www.kent.gov.uk

I.3) Communication

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

https://www.kentbusinessportal.org.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.kentbusinessportal.org.uk/


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

SC230254 - Public Rights of Way (PRoW) Vegetation Clearance

Reference number: DN733171

II.1.2) Main CPV code

90000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Kent County Council (KCC) require a contract for a number of providers to undertake routine vegetation clearance on identified Public Rights of Way (PRoW); a statutory requirement. The contract will be split into 10 lots, combining an element of programmed work together with ad-hoc requirements including off road cycle paths.

Public Rights of Way consist of four different levels of access:

• Public Footpath (FP) for pedestrian use;

• Public Bridleway (BR) for equestrian, pedestrian and pedal cyclists use;

• Restricted Byway (RB) a carriageway for use by non-motorised vehicles, equestrians and pedestrians; and

• Byways Open to All Traffic (BW) a carriageway for use by all forms of traffic.

Kent County Council (on behalf of the Public Rights of Way and Access Service (PRoW)) is looking to put in place new Contracts to fulfill the statutory requirements of the PRoW team for the provision of vegetation clearance services on the Kent Public Rights of Way Network.

The previous contract commenced in April 2018 for an initial period of 5-years with two optional 12-months extensions. Both extensions have been taken with the current extension due to expire in April 2025.

It is anticipated that the planned Contracts will begin in April/June 2025.

The existing multiple contracts were procured to undertake routine vegetation clearance on identified Public Rights of Way; with the contract being split into 10 lots, combining an element of programmed work together with ad-hoc requirements including off road cycle paths, with a 30-day turnaround time. The breakdown of lots are as follows:

Lot 1 - Ashford and Folkestone & Hythe

Lot 2 - Canterbury and Thanet

Lot 3 – Dover

Lot 4 – Swale

Lot 5 - Dartford & Gravesham

Lot 6 - Maidstone

Lot 7 – Sevenoaks

Lot 8 – Tonbridge & Malling

Lot 9 – Tunbridge Wells

Lot 10 – North Downs Way

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Ashford and Folkestone & Hythe

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

The indicative meterage for one cut per each lot is as follows:

Lot 1 - Ashford (64.2km) and Folkestone & Hythe (48.51km) – 112.71km

II.2.5) Award criteria

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

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Initial 5-year contract term (60 months)

Optional 2-year extension (12 months + 12 months)

Total Contract Term, including all extensions (84 months)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot 2 - Canterbury and Thanet

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

The indicative meterage for one cut per each lot is as follows:

Lot 2 - Canterbury (97.04km) and Thanet (29.21km) - 126.25km

II.2.5) Award criteria

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

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Initial 5-year contract term (60 months)

Optional 2-year extension (12 months + 12 months)

Total Contract Term, including all extensions (84 months)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Lot 3 – Dover

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

The indicative meterage for one cut per each lot is as follows:

Lot 3 – Dover – 114.29km

II.2.5) Award criteria

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

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Initial 5-year contract term (60 months)

Optional 2-year extension (12 months + 12 months)

Total Contract Term, including all extensions (84 months)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Lot 4 – Swale

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

The indicative meterage for one cut per each lot is as follows:

Lot 4 – Swale – 89.32km

II.2.5) Award criteria

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

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Initial 5-year contract term (60 months)

Optional 2-year extension (12 months + 12 months)

Total Contract Term, including all extensions (84 months)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Lot 5 - Dartford & Gravesham

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

The indicative meterage for one cut per each lot is as follows:

Lot 5 - Dartford & Gravesham – 42.69km

II.2.5) Award criteria

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

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Initial 5-year contract term (60 months)

Optional 2-year extension (12 months + 12 months)

Total Contract Term, including all extensions (84 months)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Lot 6 - Maidstone

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

The indicative meterage for one cut per each lot is as follows:

Lot 6 - Maidstone – 34.69km

II.2.5) Award criteria

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

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Initial 5-year contract term (60 months)

Optional 2-year extension (12 months + 12 months)

Total Contract Term, including all extensions (84 months)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Lot 7 – Sevenoaks

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

The indicative meterage for one cut per each lot is as follows:

Lot 7 – Sevenoaks – 73.88km

II.2.5) Award criteria

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

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Initial 5-year contract term (60 months)

Optional 2-year extension (12 months + 12 months)

Total Contract Term, including all extensions (84 months)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Lot 8 – Tonbridge & Malling

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

The indicative meterage for one cut per each lot is as follows:

Lot 8 – Tonbridge & Malling – 111.2km

II.2.5) Award criteria

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

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Initial 5-year contract term (60 months)

Optional 2-year extension (12 months + 12 months)

Total Contract Term, including all extensions (84 months)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

Lot 9 – Tunbridge Wells

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

The indicative meterage for one cut per each lot is as follows:

Lot 9 – Tunbridge Wells – 17.23km

II.2.5) Award criteria

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

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Initial 5-year contract term (60 months)

Optional 2-year extension (12 months + 12 months)

Total Contract Term, including all extensions (84 months)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 10

II.2.1) Title

Lot 10 – North Downs Way

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

The indicative meterage for one cut per each lot is as follows:

Lot 10 – North Downs Way (West Kent – 26.5km, East Kent 29.8km) – 56.43km

II.2.5) Award criteria

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

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

Initial 5-year contract term (60 months)

Optional 2-year extension (12 months + 12 months)

Total Contract Term, including all extensions (84 months)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about 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 in the OJ S:

2024/S 000-016185

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

Date: 19/08/2024

Local time: 12:00

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Kent County Council

Maidstone

UK

VI.5) Date of dispatch of this notice

19/07/2024

Coding

Commodity categories

ID Title Parent category
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Laura.Garay2@kent.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.