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

A Tender Notice
by DEVON COUNTY COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£-£10M
Sector
ENVIRONMENT
Published
14 Nov 2024
Delivery
To 28 Nov 2028 (est.)
Deadline
19 Dec 2024 12:00

Concepts

Location

To be delivered within eight geographical districts within Devon (see tender documents)

Geochart for 1 buyers and 0 suppliers

1 buyer

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.

Lot Division

1

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).

2

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)

3

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.

CPV Codes

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 71000000 - Architectural, construction, engineering and inspection services

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are not available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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.

Reference

Domains