Notice Information
Notice Title
The Provision of Habitat Improvement Works
Notice Description
A multi supplier Framework to carry out habitat improvement works in suitable locations. Some of these will be part of legally binding Biodiversity Net Gain (BNG) agreements, funded by third parties. BNG was set out in the Environment Act (2021) and is regulated through associated Statutory Instruments. BNG requires developments to make appropriate onsite habitat improvements. However, in certain circumstances these works can be offset by a third party via appropriate habitat creation/enhancement works. BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment. The Council is looking to provide habitat uplift projects which can be funded via offsite BNG agreements. Some aspects of these works may be undertaken in house by the Council, through other Council contracts, and via this Framework. These Services will be for varying lengths of time as indicated in the separate Lots. The term of this Framework will be 8 years (although Call-Off Contracts let under the Framework may extend further than the Framework end date, particularly maintenance contracts which in some cases may be for up to 30 years).
Lot Information
Lot 1 Grassland
Telford & Wrekin Council is wanting the establishment of wildflower grasslands. These will often include the g3c6 Lolium - Cynosurus neutral grassland habitat with a diversity of min 9-15 appropriate species per square metre. The service required are: A. Grassland species diversification B. Annual sward management C. Weed removal It is likely that diversification contracts will be up to three years and annual management contracts for a year. Service 1.A: Grassland species diversification Service Providers are sought with the technical capability to, and proven experience of creating and establishing native species-rich wildflower grasslands on public open space. The specific works required are: * The Service Provider is to source and supply the seed mix (see below) * Cultivate to destroy and bury the surface vegetation * Harrow to produce a medium tilth * Roll to produce a firm surface * Seeding of appropriate seed mix in August/September * Rolling, not covering of applied seed The viability, appropriateness and diversity of the seed mixture is key to the project's success of creating wildflower grasslands. The g3c6 Lolium - Cynosurus neutral grassland requires an appropriate diversity of a minimum of 12 appropriate species per square metre. Therefore, the appropriateness and diversity of this mix must be agreed in writing by the Council prior to sowing. It should be sown at the suppliers' recommended rate. However, the Council is not liable for the viability or success of establishment of this seed.
Lot 2 Hedgerows & tree plantingThe Council is looking for Service Providers who are able to deliver the following works: A. Create and establish wildlife-rich hedgerows B. Restore existing hedgerows C. Trim hedgerows D. Create and establish new woodland plantings E. Diversify the species of established woodland with whips, seeds and/or plants Woodland plantings will be site specific, however hedgerows will be more standardised in their specification. In this instance the Council is wanting the establishment of h2a5 Species-rich native hedgerow with a diversity of min 5 native woody species per 30m and a selected tree every 10m. We aim to create hedgerows that, in 10yrs, will have a target condition of: * Min 5 woody species per 30m * >1.5m in height and width * Gap between ground and base of canopy <0.5m for >90% of length * Gaps <10% length and all <5m * Tree at least every >20m
Lot 3 Installing stock fencingService Providers are sought with the technical capability to, and proven experience of installing stock proof fencing where public access is present. Post and wire fencing will be needed around certain habitat interventions where livestock is likely to be present. The Service Provider is to source, supply and install the fencing. The use of the following specifications will be required: Construction * Pressure treated strainer posts sunk min 90cm into ground (with 2 struts) at most 100m apart and at changes in direction * Pressure treated intermediate posts at a minimum depth of 55cm and at 2.7m intervals * Galvanised netting strained and stapled on top, 3rd, 5th and bottom wire * Additional top wire placed at 12.5cm above netting. Galvanised barbed wire used except next to paths where plain wire must be used. * Wire possible under netting to fill gaps due to dips. * Staples not to be fully driven in on intermediates. * Pressure tantalised fencing rails should be used to stockproof between strainers and gates etc. Materials Timber * must be round peeled softwood (not spruce) and pressure tanalised to BS 4072, or of equivalent quality and durability * straining posts 2m x 120mm top diameter. * struts 2m x 100mm top diameter * intermediate stakes 1.7m x 65mm top diameter, pointed * longer stakes may be needed in soft or uneven ground conditions Wire * must comply to BS 4102 and be galvanised to BS 443 * line wire: 4mm (8 swg) plain mild galvanised wire * barbed wire to be two strand 2.5mm (12 1/2 swg) mild steel galvanised 4 point barbed wire * pig netting to be C8/80/15 galvanised pig netting * staples to be 40mm x 4mm galvanised wire staples Field gates would expected to be galvanised steel, 15ft long, 7 bar and box-braced.
Lot 4 Woodland and scrub managementService Providers are sought with the technical capability to, and proven experience of woodland and scrub management on public open space. This lot may have some overlap with others, however it will mainly be used for operations which are not predominantly tractor/vehicle based. The contract will likely be for up to 2 years and specification will be based on site requirements. Services required include: 1 Thinning existing woodland 2 Coppicing 3 Removing scrub from heathlands 4 Veteranisation works on mature trees 5 Invasive species removal including bracken, laurel and rhododendron. 6 Mulching bramble scrub Much of this work is likely to form parts of projects to carry out a number of interventions on a woodland parcel to provide an improved condition for wildlife. Therefore, it is possible that a number of these operations would be included within a procurement exercise. The specification for this service will very according to the particular project outcomes required. It will be provided in writing by the Council before commencement.
Lot 5 Heathland, gorse and brambleService Providers are sought with the technical capability to, and proven experience of heathland management and similar on public open space. This lot may have some overlap with others, however it will mainly be used for operations which are predominantly tractor/vehicle based. The contract will likely be for up to 2 years and specification will be based on site requirements. Services required include: 1 Topping of mature heath 2 Mulching gorse and bramble stands 3 Cutting firebreaks 4 Weedwiping sapplings standing above heather 5 Bare ground creation 6 Bracken control Much of this work is likely to form parts of projects which will carry out a number of interventions on a woodland parcel to provide an improved condition for wildlife. Therefore, it is possible that a number of these operations would be included within a procurement exercise. The specification for this service will very according to the particular project outcomes required. It will be provided in writing by the Council before commencement.
Lot 6 General wetland habitat creationService Providers are sought with the technical capability to, and proven experience of, creating and managing wetlands, including watercourses, for wildlife, on public open space. The specification of this service will be very site specific. It would be expected to create or bring wetlands into a better condition. Operations would include: * Digging ponds * Vegetation and silt removal from ponds * Daylighting culverts * Reprofiling banks of watercourses * Creating meanders, riffles and or/pools in watercourses * Creating leaky dams and large woody debris in watercourses * Tree works including pollarding and coppicing * Removal of vegetation including scrub from fen/reedbeds * Cutting and removing submergent and emergent vegetation from a canal (including via use of boats) * Invasive plant species control The specification for this service will very according to the particular project outcomes required. It will be provided in writing by the Council before commencement
Lot 7 Great crested newt pondsTelford & Wrekin Council are a registered Habitat Delivery Body under the Natural England Great Crested Newt (GCN) District Level Licencing (DLL) scheme. The DLL scheme is a new approach to GCN conservation in the borough which focusses on strategic conservation of the species using Conservation Payments made by development schemes. There are several elements of the DLL scheme which the Council will need to provide. In some cases these may be provided in house by the Council's Ecology & Green Infrastructure Specialists and in some cases these services will be provided by independent contractors registered under this framework. It is likely that diversification contracts will be up to three years and annual management contracts for a year. Service providers are sought who have the technical capability to dig new ponds and restore ponds existing ponds in line with the established DLL scheme pond specification and who are also capable of carrying out pond maintenance works. The cost of each work element will be assessed and awarded either via direct awards or further competition. Suppliers will, when circumstances require it, need to work under the supervision of an ecologist holding a great crested newt survey licence from Natural England. This will be the case where the pond is in an area where great crested newts are likely to be present and is required in order to ensure the protection of GCN which are a European Protected Species.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04e9b5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/079025-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK7 - Contract Details Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90700000 - Environmental services
Notice Value(s)
- Tender Value
- £1,160,000 £1M-£10M
- Lots Value
- £1,160,000 £1M-£10M
- Awards Value
- £960,000 £500K-£1M
- Contracts Value
- £960,000 £500K-£1M
Notice Dates
- Publication Date
- 2 Dec 20252 months ago
- Submission Deadline
- 25 Apr 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 1 Sep 20255 months ago
- Contract Period
- 1 Oct 2025 - 1 Oct 2033 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BOROUGH OF TELFORD & WREKIN
- Additional Buyers
- Contact Name
- Alan Preece
- Contact Email
- procurement@telford.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- TELFORD, SHROPSHIRE
- Postcode
- TF3 4JA
- Post Town
- Telford
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG2 Shropshire and Staffordshire
- Small Region (ITL 3)
- TLG21 Telford and Wrekin
- Delivery Location
- Not specified
-
- Local Authority
- Telford and Wrekin
- Electoral Ward
- Malinslee & Dawley Bank
- Westminster Constituency
- Telford
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/079025-2025
2nd December 2025 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/053288-2025
2nd September 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/011391-2025
26th March 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/008754-2025
11th March 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/008007-2025
5th March 2025 - Tender notice on Find a Tender -
https://in-tendhost.co.uk/telford/aspx/Home
As well as viewing the documents at the above web address, it is the responsibility of Tenderers to register on the Central Digital Platform, to ensure their core supplier information is up-to-date on this system, and to answer the questions in that system to enable the Council to determine whether any exclusion grounds apply. Suppliers must share the information with the Council via the system's sharing facility
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04e9b5-2025-12-02T15:32:35Z",
"date": "2025-12-02T15:32:35Z",
"ocid": "ocds-h6vhtk-04e9b5",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PHHD-5776-GZNN",
"name": "Borough of Telford & Wrekin",
"identifier": {
"scheme": "GB-PPON",
"id": "PHHD-5776-GZNN"
},
"address": {
"streetAddress": "Darby House, Telford Town Centre, Lawn Central,",
"locality": "Telford, Shropshire",
"postalCode": "TF3 4JA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG21"
},
"contactPoint": {
"name": "Alan Preece",
"email": "procurement@telford.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.telford.gov.uk",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
},
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-02647374",
"name": "SEVERN GORGE COUNTRYSIDE TRUST",
"identifier": {
"scheme": "GB-COH",
"id": "02647374"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PPGZ-4877-JCVL"
}
],
"address": {
"streetAddress": "Severn Gorge Countryside Trust, Darby Road, Coalbrookdale",
"locality": "Telford",
"postalCode": "TF8 7EP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG21"
},
"contactPoint": {
"email": "ceo@severngorge.org.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.severngorge.org.uk/",
"scale": "sme",
"vcse": true,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-PPON-PCRD-1459-PRWR",
"name": "Chris Hughes",
"identifier": {
"scheme": "GB-PPON",
"id": "PCRD-1459-PRWR"
},
"address": {
"streetAddress": "1 Moors Farm Cottages",
"locality": "Telford",
"postalCode": "TF6 5AY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG21"
},
"contactPoint": {
"email": "tractor6220@outlook.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-04886688",
"name": "SANCTUS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "04886688"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PPRW-4732-YNBJ"
}
],
"address": {
"streetAddress": "Sanctus House 1 Olympus Park Business Centre",
"locality": "Gloucester",
"postalCode": "GL2 4DH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK13"
},
"contactPoint": {
"email": "info@sanctusltd.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.sanctusltd.com",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-07739206",
"name": "EBSFORD ENVIRONMENTAL LTD",
"identifier": {
"scheme": "GB-COH",
"id": "07739206"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PCLV-1265-QPXV"
}
],
"address": {
"streetAddress": "Unit 3 Flemming Court",
"locality": "Castleford",
"postalCode": "WF10 5HW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE45"
},
"contactPoint": {
"email": "info@ebsford.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://ebsford.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-SC497956",
"name": "FIELD AND ESTATE",
"identifier": {
"scheme": "GB-COH",
"id": "SC497956"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVWL-5759-CMCY"
}
],
"address": {
"streetAddress": "Unit 1 Brock House 6c Dunnet Way",
"locality": "Broxburn",
"postalCode": "EH52 5NN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKM78"
},
"contactPoint": {
"email": "sales@fieldandforestltd.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.fieldandforestltd.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-06823225",
"name": "GROUNDWORK WEST MIDLANDS",
"identifier": {
"scheme": "GB-COH",
"id": "06823225"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PGXH-1869-ZHYJ"
}
],
"address": {
"streetAddress": "First Floor Owen House, 17 Unity Walk",
"locality": "Tipton",
"postalCode": "DY4 8QL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG37"
},
"contactPoint": {
"email": "wmfinance@groundwork.org.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.groundwork.org.uk/westmidlands",
"scale": "sme",
"vcse": true,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-13604606",
"name": "L&L GROUP LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "13604606"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRHG-7587-XNWQ"
}
],
"address": {
"streetAddress": "Units 5&6, Patricks Farm Barns",
"locality": "Solihull",
"postalCode": "B92 0LT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG32"
},
"contactPoint": {
"email": "commercial@dtguk.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.dtguk.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-3542918",
"name": "idverde Limited",
"identifier": {
"scheme": "GB-COH",
"id": "3542918"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBZB-3875-LXHX"
}
],
"address": {
"streetAddress": "Octavia House, Westwood Business Park, Westwood Way",
"locality": "Coventry",
"postalCode": "CV4 8JP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG33"
},
"contactPoint": {
"email": "tenders@idverde.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.idverde.co.uk",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-10248827",
"name": "TREEMAN TREE SPECIALIST LTD",
"identifier": {
"scheme": "GB-COH",
"id": "10248827"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMZC-1654-QZGN"
}
],
"address": {
"streetAddress": "14 Lower Cross Lower Cross",
"locality": "Shrewsbury",
"postalCode": "SY5 6JU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG22"
},
"contactPoint": {
"email": "clivehancox66@yahoo.com"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.thetree-man.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-07894914",
"name": "VENTURESERVE LTD",
"identifier": {
"scheme": "GB-COH",
"id": "07894914"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZLJ-6924-BZZH"
}
],
"address": {
"streetAddress": "Boxmoor Barns, Meer End Road, Honiley",
"locality": "Kenilworth",
"postalCode": "CV8 1PW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG32"
},
"contactPoint": {
"email": "accounts@ventureserve.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.ventureserve.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-00790259",
"name": "MIDLAND LANDSCAPING LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "00790259"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZTR-7599-GVJG"
}
],
"address": {
"streetAddress": "Nick Knolls, Minsterley",
"locality": "Shrewsbury",
"postalCode": "SY5 0LD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG22"
},
"contactPoint": {
"email": "ali@midlandscape.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.midlandscape.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-15842173",
"name": "FIELD & ESTATE LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "15842173"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMTD-9314-DBBY"
}
],
"address": {
"streetAddress": "1 Marybrook Street",
"locality": "Berkeley",
"postalCode": "GL13 9AA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK13"
},
"contactPoint": {
"email": "Lewis@fieldandestate.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.fieldandestate.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-08649155",
"name": "MURRAY FARMS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "08649155"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBRX-8194-MCLL"
}
],
"address": {
"streetAddress": "58 High Street Madeley",
"locality": "Telford",
"postalCode": "TF7 5AT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG21"
},
"contactPoint": {
"email": "murrayfarms@btinternet.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-06215448",
"name": "HEARTWOOD TREE SURGEONS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "06215448"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVHT-4696-JLRH"
}
],
"address": {
"streetAddress": "Unit F12a Holly Farm Business Park",
"locality": "Kenilworth",
"postalCode": "CV8 1NP",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG13"
},
"contactPoint": {
"email": "info@heartwoodtrees.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.heartwoodtrees.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-02623590",
"name": "EAST MIDLANDS ENVIRONMENTAL CONSULTANTS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02623590"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVCQ-1496-PHQR"
}
],
"address": {
"streetAddress": "The Old Ragged School",
"locality": "Nottingham",
"postalCode": "NG1 1EA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF14"
},
"contactPoint": {
"email": "mail@emec-ecology.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://emec-ecology.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-11211391",
"name": "WMP CONTRACTING LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "11211391"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PGHJ-4391-DHTT"
}
],
"address": {
"streetAddress": "29 Waterloo Road",
"locality": "Wolverhampton",
"postalCode": "WV1 4DJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG39"
},
"contactPoint": {
"email": "info@wmplanthire.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.long-reach.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-02114017",
"name": "PRACTICALITY BROWN LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02114017"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PJWP-8461-LGMQ"
}
],
"address": {
"streetAddress": "Iver Stud",
"locality": "Buckinghamshire",
"postalCode": "SL0 9LA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ13"
},
"contactPoint": {
"email": "treeclearance@pracbrown.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.pracbrownec.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-COH-04598972",
"name": "JPR ENVIRONMENTAL LTD",
"identifier": {
"scheme": "GB-COH",
"id": "04598972"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PJYW-3936-TVZR"
}
],
"address": {
"streetAddress": "The Malthouse",
"locality": "Stonehouse",
"postalCode": "GL10 3DL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK13"
},
"contactPoint": {
"email": "office@jprenvironmental.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.jprenvironmental.co.uk/",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-PPON-PRHG-7587-XNWQ",
"name": "L&L Group Limited",
"identifier": {
"scheme": "GB-PPON",
"id": "PRHG-7587-XNWQ"
},
"address": {
"streetAddress": "Units 5&6 Patricks Farm Barns",
"locality": "Solihull",
"postalCode": "B92 0LT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG32"
},
"contactPoint": {
"email": "commercial@dtguk.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PHHD-5776-GZNN",
"name": "Borough of Telford & Wrekin"
},
"planning": {
"noEngagementNoticeRationale": "Preliminary market engagement was carried out under PCR 2015"
},
"tender": {
"id": "TWC000797",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "The Provision of Habitat Improvement Works",
"description": "A multi supplier Framework to carry out habitat improvement works in suitable locations. Some of these will be part of legally binding Biodiversity Net Gain (BNG) agreements, funded by third parties. BNG was set out in the Environment Act (2021) and is regulated through associated Statutory Instruments. BNG requires developments to make appropriate onsite habitat improvements. However, in certain circumstances these works can be offset by a third party via appropriate habitat creation/enhancement works. BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment. The Council is looking to provide habitat uplift projects which can be funded via offsite BNG agreements. Some aspects of these works may be undertaken in house by the Council, through other Council contracts, and via this Framework. These Services will be for varying lengths of time as indicated in the separate Lots. The term of this Framework will be 8 years (although Call-Off Contracts let under the Framework may extend further than the Framework end date, particularly maintenance contracts which in some cases may be for up to 30 years).",
"status": "complete",
"items": [
{
"id": "LOT-0001",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "LOT-0001"
},
{
"id": "LOT-0002",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "LOT-0002"
},
{
"id": "LOT-0003",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "LOT-0003"
},
{
"id": "LOT-0004",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "LOT-0004"
},
{
"id": "LOT-0005",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "LOT-0005"
},
{
"id": "LOT-0006",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "LOT-0006"
},
{
"id": "LOT-0007",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "LOT-0007"
}
],
"value": {
"amountGross": 1392000,
"amount": 1160000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The term of this Framework will be 8 years (although Call-Off Contracts let under the Framework may extend further than the Framework end date, particularly maintenance contracts which in some cases may be for up to 30 years). The Procurement Act 2023 has introduced a new type of Framework called an open Framework which can be reopened at set times during its operation to give new suppliers the opportunity to join. We intend to reopen the Framework after Year 1 (with the option to delay this to Year 3) and again after Year 5. If you are awarded a place on the original Framework you will be asked if you want to remain on the Framework and if so whether you want to amend your bid when it is reopened or keep to your original bid. When the Framework is reopened new bids will be evaluated which may result in a different ranking for your organisation and may affect whether you remain on the framework and/or awarded work via direct award."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"participationFees": [
{
"id": "ocds-h6vhtk-04e9b5",
"type": [
"win"
],
"description": "There is no % fee charged to suppliers"
}
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"description": "The Procurement Act 2023 has introduced a new type of Framework called an Open Framework which can be reopened at set times during its operation to give new suppliers the opportunity to join. We intend to reopen the Framework after Year 1 (with the option to delay this to Year 3) and again after Year 5. If you are awarded a place on the original Framework you will be asked if you want to remain on the Framework and if so whether you want to amend your bid when it is reopened or keep to your original bid. When the Framework is reopened new bids will be evaluated which may result in a different ranking for your organisation and may affect whether you remain on the framework and/or awarded work via direct award.",
"openFrameworkSchemeEndDate": "2033-10-01T23:59:59+01:00"
}
},
"submissionMethodDetails": "This opportunity is accessed through the Telford & Wrekin tender portal https://in-tendhost.co.uk/telford/aspx/Tenders/Current The opportunity number is TWC000797. If you're not already registered on the In-Tend system you can register via this link https://in-tendhost.co.uk/telford/aspx/Registration Please ensure that you allow yourself at least 2 hours when responding to this invite prior to the closing date and time, especially if you have to upload multiple documents. No other method of submission will be accepted.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-04-25T17:00:00Z"
},
"enquiryPeriod": {
"endDate": "2025-04-18T17:00:00+00:00"
},
"awardPeriod": {
"endDate": "2025-05-12T23:59:59+00:00"
},
"lots": [
{
"id": "LOT-0001",
"title": "Lot 1 Grassland",
"description": "Telford & Wrekin Council is wanting the establishment of wildflower grasslands. These will often include the g3c6 Lolium - Cynosurus neutral grassland habitat with a diversity of min 9-15 appropriate species per square metre. The service required are: A. Grassland species diversification B. Annual sward management C. Weed removal It is likely that diversification contracts will be up to three years and annual management contracts for a year. Service 1.A: Grassland species diversification Service Providers are sought with the technical capability to, and proven experience of creating and establishing native species-rich wildflower grasslands on public open space. The specific works required are: * The Service Provider is to source and supply the seed mix (see below) * Cultivate to destroy and bury the surface vegetation * Harrow to produce a medium tilth * Roll to produce a firm surface * Seeding of appropriate seed mix in August/September * Rolling, not covering of applied seed The viability, appropriateness and diversity of the seed mixture is key to the project's success of creating wildflower grasslands. The g3c6 Lolium - Cynosurus neutral grassland requires an appropriate diversity of a minimum of 12 appropriate species per square metre. Therefore, the appropriateness and diversity of this mix must be agreed in writing by the Council prior to sowing. It should be sown at the suppliers' recommended rate. However, the Council is not liable for the viability or success of establishment of this seed.",
"status": "complete",
"value": {
"amountGross": 192000,
"amount": 160000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
},
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
},
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-05-26T00:00:00+00:00",
"endDate": "2033-05-25T23:59:59+00:00"
}
},
{
"id": "LOT-0002",
"title": "Lot 2 Hedgerows & tree planting",
"description": "The Council is looking for Service Providers who are able to deliver the following works: A. Create and establish wildlife-rich hedgerows B. Restore existing hedgerows C. Trim hedgerows D. Create and establish new woodland plantings E. Diversify the species of established woodland with whips, seeds and/or plants Woodland plantings will be site specific, however hedgerows will be more standardised in their specification. In this instance the Council is wanting the establishment of h2a5 Species-rich native hedgerow with a diversity of min 5 native woody species per 30m and a selected tree every 10m. We aim to create hedgerows that, in 10yrs, will have a target condition of: * Min 5 woody species per 30m * >1.5m in height and width * Gap between ground and base of canopy <0.5m for >90% of length * Gaps <10% length and all <5m * Tree at least every >20m",
"status": "complete",
"value": {
"amountGross": 288000,
"amount": 240000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
},
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
},
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-05-26T00:00:00+00:00",
"endDate": "2033-05-25T23:59:59+00:00"
}
},
{
"id": "LOT-0003",
"title": "Lot 3 Installing stock fencing",
"description": "Service Providers are sought with the technical capability to, and proven experience of installing stock proof fencing where public access is present. Post and wire fencing will be needed around certain habitat interventions where livestock is likely to be present. The Service Provider is to source, supply and install the fencing. The use of the following specifications will be required: Construction * Pressure treated strainer posts sunk min 90cm into ground (with 2 struts) at most 100m apart and at changes in direction * Pressure treated intermediate posts at a minimum depth of 55cm and at 2.7m intervals * Galvanised netting strained and stapled on top, 3rd, 5th and bottom wire * Additional top wire placed at 12.5cm above netting. Galvanised barbed wire used except next to paths where plain wire must be used. * Wire possible under netting to fill gaps due to dips. * Staples not to be fully driven in on intermediates. * Pressure tantalised fencing rails should be used to stockproof between strainers and gates etc. Materials Timber * must be round peeled softwood (not spruce) and pressure tanalised to BS 4072, or of equivalent quality and durability * straining posts 2m x 120mm top diameter. * struts 2m x 100mm top diameter * intermediate stakes 1.7m x 65mm top diameter, pointed * longer stakes may be needed in soft or uneven ground conditions Wire * must comply to BS 4102 and be galvanised to BS 443 * line wire: 4mm (8 swg) plain mild galvanised wire * barbed wire to be two strand 2.5mm (12 1/2 swg) mild steel galvanised 4 point barbed wire * pig netting to be C8/80/15 galvanised pig netting * staples to be 40mm x 4mm galvanised wire staples Field gates would expected to be galvanised steel, 15ft long, 7 bar and box-braced.",
"status": "complete",
"value": {
"amountGross": 48000,
"amount": 40000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
},
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
},
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-05-26T00:00:00+00:00",
"endDate": "2033-05-25T23:59:59+00:00"
}
},
{
"id": "LOT-0004",
"title": "Lot 4 Woodland and scrub management",
"description": "Service Providers are sought with the technical capability to, and proven experience of woodland and scrub management on public open space. This lot may have some overlap with others, however it will mainly be used for operations which are not predominantly tractor/vehicle based. The contract will likely be for up to 2 years and specification will be based on site requirements. Services required include: 1 Thinning existing woodland 2 Coppicing 3 Removing scrub from heathlands 4 Veteranisation works on mature trees 5 Invasive species removal including bracken, laurel and rhododendron. 6 Mulching bramble scrub Much of this work is likely to form parts of projects to carry out a number of interventions on a woodland parcel to provide an improved condition for wildlife. Therefore, it is possible that a number of these operations would be included within a procurement exercise. The specification for this service will very according to the particular project outcomes required. It will be provided in writing by the Council before commencement.",
"status": "complete",
"value": {
"amountGross": 48000,
"amount": 40000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
},
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
},
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-05-26T00:00:00+00:00",
"endDate": "2033-05-25T23:59:59+00:00"
}
},
{
"id": "LOT-0005",
"title": "Lot 5 Heathland, gorse and bramble",
"description": "Service Providers are sought with the technical capability to, and proven experience of heathland management and similar on public open space. This lot may have some overlap with others, however it will mainly be used for operations which are predominantly tractor/vehicle based. The contract will likely be for up to 2 years and specification will be based on site requirements. Services required include: 1 Topping of mature heath 2 Mulching gorse and bramble stands 3 Cutting firebreaks 4 Weedwiping sapplings standing above heather 5 Bare ground creation 6 Bracken control Much of this work is likely to form parts of projects which will carry out a number of interventions on a woodland parcel to provide an improved condition for wildlife. Therefore, it is possible that a number of these operations would be included within a procurement exercise. The specification for this service will very according to the particular project outcomes required. It will be provided in writing by the Council before commencement.",
"status": "complete",
"value": {
"amountGross": 144000,
"amount": 120000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
},
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
},
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-05-26T00:00:00+00:00",
"endDate": "2033-05-25T23:59:59+00:00"
}
},
{
"id": "LOT-0006",
"title": "Lot 6 General wetland habitat creation",
"description": "Service Providers are sought with the technical capability to, and proven experience of, creating and managing wetlands, including watercourses, for wildlife, on public open space. The specification of this service will be very site specific. It would be expected to create or bring wetlands into a better condition. Operations would include: * Digging ponds * Vegetation and silt removal from ponds * Daylighting culverts * Reprofiling banks of watercourses * Creating meanders, riffles and or/pools in watercourses * Creating leaky dams and large woody debris in watercourses * Tree works including pollarding and coppicing * Removal of vegetation including scrub from fen/reedbeds * Cutting and removing submergent and emergent vegetation from a canal (including via use of boats) * Invasive plant species control The specification for this service will very according to the particular project outcomes required. It will be provided in writing by the Council before commencement",
"status": "complete",
"value": {
"amountGross": 192000,
"amount": 160000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
},
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
},
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-05-26T00:00:00+00:00",
"endDate": "2033-05-25T23:59:59+00:00"
}
},
{
"id": "LOT-0007",
"title": "Lot 7 Great crested newt ponds",
"description": "Telford & Wrekin Council are a registered Habitat Delivery Body under the Natural England Great Crested Newt (GCN) District Level Licencing (DLL) scheme. The DLL scheme is a new approach to GCN conservation in the borough which focusses on strategic conservation of the species using Conservation Payments made by development schemes. There are several elements of the DLL scheme which the Council will need to provide. In some cases these may be provided in house by the Council's Ecology & Green Infrastructure Specialists and in some cases these services will be provided by independent contractors registered under this framework. It is likely that diversification contracts will be up to three years and annual management contracts for a year. Service providers are sought who have the technical capability to dig new ponds and restore ponds existing ponds in line with the established DLL scheme pond specification and who are also capable of carrying out pond maintenance works. The cost of each work element will be assessed and awarded either via direct awards or further competition. Suppliers will, when circumstances require it, need to work under the supervision of an ecologist holding a great crested newt survey licence from Natural England. This will be the case where the pond is in an area where great crested newts are likely to be present and is required in order to ensure the protection of GCN which are a European Protected Species.",
"status": "complete",
"value": {
"amountGross": 480000,
"amount": 400000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
},
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
},
{
"type": "price",
"name": "Simple description",
"description": "Conditions of participation within the PSQ and CDP will be assessed on a pass/fail basis. Tenders will be evaluated on the basis of the supplier submitting the most advantageous tender (MAT) using the following evaluation criteria: Price: 50%, Quality 30%, Environmental Considerations 10%, Social Value 10% Please see Appendix A to see the evaluation criteria and scoring and weighting methodology. For each Lot, the top 6 ranked bidders will be placed on the Framework. Bidders will be ranked following evaluation of applications. The Council will notify successful potential Suppliers who will join the Framework at the beginning of an 8 working day standstill period. The successful Suppliers will be notified through the Council's e-Sourcing solution In-Tend."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-05-26T00:00:00+00:00",
"endDate": "2033-05-25T23:59:59+00:00"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "008007-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/008007-2025",
"datePublished": "2025-03-05T11:24:28Z",
"format": "text/html"
},
{
"id": "008754-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/008754-2025",
"datePublished": "2025-03-11T14:20:44Z",
"format": "text/html"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "As well as viewing the documents at the above web address, it is the responsibility of Tenderers to register on the Central Digital Platform, to ensure their core supplier information is up-to-date on this system, and to answer the questions in that system to enable the Council to determine whether any exclusion grounds apply. Suppliers must share the information with the Council via the system's sharing facility",
"url": "https://in-tendhost.co.uk/telford/aspx/Home"
},
{
"id": "011391-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/011391-2025",
"datePublished": "2025-03-26T16:17:29Z",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "The Council's method of payment of invoices is by BACS. The Council will pay the supplier's invoices within 30 days of receipt of the tax point of a correct and valid invoice for work/services that has been completed. Incorrect invoices will be returned unpaid for correction and resubmission. In such cases the payment terms will take effect not from the invoice date but from the date of receipt at the correct address of a correctly presented invoice."
},
"riskDetails": "PLEASE NOTE: Values given are approximate. We are not able to put an accurate valuation on the Lots as works will be reactive to funding and opportunity.",
"specialRegime": [
"lightTouch"
],
"coveredBy": [
"GPA"
]
},
"language": "en",
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 10,
"relatedLot": "LOT-0001"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 10,
"relatedLot": "LOT-0001"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 9,
"relatedLot": "LOT-0001"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 1,
"relatedLot": "LOT-0001"
},
{
"id": "5",
"measure": "bids",
"value": 12,
"relatedLot": "LOT-0002"
},
{
"id": "6",
"measure": "finalStageBids",
"value": 12,
"relatedLot": "LOT-0002"
},
{
"id": "7",
"measure": "smeFinalStageBids",
"value": 11,
"relatedLot": "LOT-0002"
},
{
"id": "8",
"measure": "vcseFinalStageBids",
"value": 1,
"relatedLot": "LOT-0002"
},
{
"id": "9",
"measure": "bids",
"value": 7,
"relatedLot": "LOT-0003"
},
{
"id": "10",
"measure": "finalStageBids",
"value": 7,
"relatedLot": "LOT-0003"
},
{
"id": "11",
"measure": "smeFinalStageBids",
"value": 6,
"relatedLot": "LOT-0003"
},
{
"id": "12",
"measure": "vcseFinalStageBids",
"value": 1,
"relatedLot": "LOT-0003"
},
{
"id": "13",
"measure": "bids",
"value": 11,
"relatedLot": "LOT-0004"
},
{
"id": "14",
"measure": "finalStageBids",
"value": 11,
"relatedLot": "LOT-0004"
},
{
"id": "15",
"measure": "smeFinalStageBids",
"value": 10,
"relatedLot": "LOT-0004"
},
{
"id": "16",
"measure": "vcseFinalStageBids",
"value": 1,
"relatedLot": "LOT-0004"
},
{
"id": "17",
"measure": "bids",
"value": 7,
"relatedLot": "LOT-0005"
},
{
"id": "18",
"measure": "finalStageBids",
"value": 7,
"relatedLot": "LOT-0005"
},
{
"id": "19",
"measure": "smeFinalStageBids",
"value": 7,
"relatedLot": "LOT-0005"
},
{
"id": "20",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "LOT-0005"
},
{
"id": "21",
"measure": "bids",
"value": 12,
"relatedLot": "LOT-0006"
},
{
"id": "22",
"measure": "finalStageBids",
"value": 12,
"relatedLot": "LOT-0006"
},
{
"id": "23",
"measure": "smeFinalStageBids",
"value": 11,
"relatedLot": "LOT-0006"
},
{
"id": "24",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "LOT-0006"
},
{
"id": "25",
"measure": "bids",
"value": 10,
"relatedLot": "LOT-0007"
},
{
"id": "26",
"measure": "finalStageBids",
"value": 10,
"relatedLot": "LOT-0007"
},
{
"id": "27",
"measure": "smeFinalStageBids",
"value": 9,
"relatedLot": "LOT-0007"
},
{
"id": "28",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "LOT-0007"
}
]
},
"awards": [
{
"id": "1",
"title": "Lot 1 Grassland",
"status": "active",
"date": "2025-09-02T00:00:00+01:00",
"value": {
"amountGross": 192000,
"amount": 160000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-02647374",
"name": "SEVERN GORGE COUNTRYSIDE TRUST"
},
{
"id": "GB-PPON-PCRD-1459-PRWR",
"name": "Chris Hughes"
},
{
"id": "GB-COH-04886688",
"name": "SANCTUS LIMITED"
},
{
"id": "GB-COH-07739206",
"name": "EBSFORD ENVIRONMENTAL LTD"
},
{
"id": "GB-COH-SC497956",
"name": "FIELD AND ESTATE"
},
{
"id": "GB-COH-06823225",
"name": "GROUNDWORK WEST MIDLANDS"
},
{
"id": "GB-COH-15842173",
"name": "FIELD & ESTATE LIMITED"
}
],
"items": [
{
"id": "LOT-0001",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "LOT-0001"
}
],
"standstillPeriod": {
"endDate": "2025-09-12T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2033-10-01T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment."
},
"relatedLots": [
"LOT-0001"
],
"documents": [
{
"id": "053288-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/053288-2025",
"datePublished": "2025-09-02T16:25:53+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-02T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-01T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "2",
"title": "Lot 2 Hedgerows & Tree Planting",
"status": "active",
"date": "2025-09-02T00:00:00+01:00",
"value": {
"amountGross": 288000,
"amount": 240000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-06823225",
"name": "GROUNDWORK WEST MIDLANDS"
},
{
"id": "GB-COH-02647374",
"name": "SEVERN GORGE COUNTRYSIDE TRUST"
},
{
"id": "GB-COH-07739206",
"name": "EBSFORD ENVIRONMENTAL LTD"
},
{
"id": "GB-COH-13604606",
"name": "L&L GROUP LIMITED"
},
{
"id": "GB-COH-3542918",
"name": "idverde Limited"
},
{
"id": "GB-COH-10248827",
"name": "TREEMAN TREE SPECIALIST LTD"
},
{
"id": "GB-PPON-PRHG-7587-XNWQ",
"name": "L&L Group Limited"
}
],
"items": [
{
"id": "LOT-0002",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "LOT-0002"
}
],
"standstillPeriod": {
"endDate": "2025-09-12T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2033-10-01T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment."
},
"relatedLots": [
"LOT-0002"
],
"documents": [
{
"id": "053288-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/053288-2025",
"datePublished": "2025-09-02T16:25:53+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-02T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-01T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "3",
"title": "Lot 3 Installing Stock Fencing",
"status": "active",
"date": "2025-09-02T00:00:00+01:00",
"value": {
"amountGross": 48000,
"amount": 40000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-02647374",
"name": "SEVERN GORGE COUNTRYSIDE TRUST"
},
{
"id": "GB-COH-3542918",
"name": "idverde Limited"
},
{
"id": "GB-COH-07894914",
"name": "VENTURESERVE LTD"
},
{
"id": "GB-COH-00790259",
"name": "MIDLAND LANDSCAPING LIMITED"
},
{
"id": "GB-COH-15842173",
"name": "FIELD & ESTATE LIMITED"
},
{
"id": "GB-COH-08649155",
"name": "MURRAY FARMS LIMITED"
}
],
"items": [
{
"id": "LOT-0003",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "LOT-0003"
}
],
"standstillPeriod": {
"endDate": "2025-09-12T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2033-10-01T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment."
},
"relatedLots": [
"LOT-0003"
],
"documents": [
{
"id": "053288-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/053288-2025",
"datePublished": "2025-09-02T16:25:53+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-02T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-01T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "4",
"title": "Lot 4 Woodland and Scrub Management",
"status": "active",
"date": "2025-09-02T00:00:00+01:00",
"value": {
"amountGross": 48000,
"amount": 40000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-06215448",
"name": "HEARTWOOD TREE SURGEONS LIMITED"
},
{
"id": "GB-COH-3542918",
"name": "idverde Limited"
},
{
"id": "GB-COH-07894914",
"name": "VENTURESERVE LTD"
},
{
"id": "GB-COH-07739206",
"name": "EBSFORD ENVIRONMENTAL LTD"
},
{
"id": "GB-COH-02647374",
"name": "SEVERN GORGE COUNTRYSIDE TRUST"
},
{
"id": "GB-COH-02623590",
"name": "EAST MIDLANDS ENVIRONMENTAL CONSULTANTS LIMITED"
}
],
"items": [
{
"id": "LOT-0004",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "LOT-0004"
}
],
"standstillPeriod": {
"endDate": "2025-09-12T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2033-10-01T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment."
},
"relatedLots": [
"LOT-0004"
],
"documents": [
{
"id": "053288-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/053288-2025",
"datePublished": "2025-09-02T16:25:53+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-02T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-01T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "5",
"title": "Lot 5 Heathland, Gorse and Bramble",
"status": "active",
"date": "2025-09-02T00:00:00+01:00",
"value": {
"amountGross": 144000,
"amount": 120000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-06823225",
"name": "GROUNDWORK WEST MIDLANDS"
},
{
"id": "GB-PPON-PCRD-1459-PRWR",
"name": "Chris Hughes"
},
{
"id": "GB-COH-08649155",
"name": "MURRAY FARMS LIMITED"
},
{
"id": "GB-COH-15842173",
"name": "FIELD & ESTATE LIMITED"
},
{
"id": "GB-COH-3542918",
"name": "idverde Limited"
},
{
"id": "GB-COH-07739206",
"name": "EBSFORD ENVIRONMENTAL LTD"
}
],
"items": [
{
"id": "LOT-0005",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "LOT-0005"
}
],
"standstillPeriod": {
"endDate": "2025-09-12T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2033-10-01T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment."
},
"relatedLots": [
"LOT-0005"
],
"documents": [
{
"id": "053288-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/053288-2025",
"datePublished": "2025-09-02T16:25:53+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-02T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-01T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "6",
"title": "Lot 6 General Wetland Habitat Creation",
"status": "active",
"date": "2025-09-02T00:00:00+01:00",
"value": {
"amountGross": 192000,
"amount": 160000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-3542918",
"name": "idverde Limited"
},
{
"id": "GB-COH-11211391",
"name": "WMP CONTRACTING LIMITED"
},
{
"id": "GB-COH-02114017",
"name": "PRACTICALITY BROWN LIMITED"
},
{
"id": "GB-COH-13604606",
"name": "L&L GROUP LIMITED"
},
{
"id": "GB-COH-04598972",
"name": "JPR ENVIRONMENTAL LTD"
},
{
"id": "GB-COH-02623590",
"name": "EAST MIDLANDS ENVIRONMENTAL CONSULTANTS LIMITED"
}
],
"items": [
{
"id": "LOT-0006",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "LOT-0006"
}
],
"standstillPeriod": {
"endDate": "2025-09-12T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2033-10-01T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment."
},
"relatedLots": [
"LOT-0006"
],
"documents": [
{
"id": "053288-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/053288-2025",
"datePublished": "2025-09-02T16:25:53+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-02T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-01T23:59:59+01:00",
"status": "scheduled"
}
]
},
{
"id": "7",
"title": "Lot 7 Great Crested Newt Ponds",
"status": "active",
"date": "2025-09-02T00:00:00+01:00",
"value": {
"amountGross": 480000,
"amount": 400000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-3542918",
"name": "idverde Limited"
},
{
"id": "GB-COH-11211391",
"name": "WMP CONTRACTING LIMITED"
},
{
"id": "GB-COH-02623590",
"name": "EAST MIDLANDS ENVIRONMENTAL CONSULTANTS LIMITED"
},
{
"id": "GB-COH-02114017",
"name": "PRACTICALITY BROWN LIMITED"
},
{
"id": "GB-COH-15842173",
"name": "FIELD & ESTATE LIMITED"
},
{
"id": "GB-COH-07894914",
"name": "VENTURESERVE LTD"
}
],
"items": [
{
"id": "LOT-0007",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"relatedLot": "LOT-0007"
}
],
"standstillPeriod": {
"endDate": "2025-09-12T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2033-10-01T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment."
},
"relatedLots": [
"LOT-0007"
],
"documents": [
{
"id": "053288-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/053288-2025",
"datePublished": "2025-09-02T16:25:53+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-02T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-01T23:59:59+01:00",
"status": "scheduled"
}
]
}
],
"contracts": [
{
"id": "1",
"awardID": "1",
"title": "Lot 1 Grassland",
"status": "active",
"period": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2033-10-01T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "The right to additional purchases while the contract is valid. BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment."
},
"value": {
"amountGross": 192000,
"amount": 160000,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2025-10-01T00:00:00+01:00",
"documents": [
{
"id": "079025-2025",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/079025-2025",
"datePublished": "2025-12-02T15:32:35Z",
"format": "text/html"
}
]
},
{
"id": "2",
"awardID": "2",
"title": "Lot 2 Hedgerows & Tree Planting",
"status": "active",
"period": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2033-10-01T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "The right to additional purchases while the contract is valid. BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment."
},
"value": {
"amountGross": 288000,
"amount": 240000,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2025-10-01T00:00:00+01:00",
"documents": [
{
"id": "079025-2025",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/079025-2025",
"datePublished": "2025-12-02T15:32:35Z",
"format": "text/html"
}
]
},
{
"id": "3",
"awardID": "3",
"title": "Lot 3 Installing Stock Fencing",
"status": "active",
"period": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2033-10-01T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "The right to additional purchases while the contract is valid. BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment."
},
"value": {
"amountGross": 48000,
"amount": 40000,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2025-10-01T00:00:00+01:00",
"documents": [
{
"id": "079025-2025",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/079025-2025",
"datePublished": "2025-12-02T15:32:35Z",
"format": "text/html"
}
]
},
{
"id": "4",
"awardID": "4",
"title": "Lot 4 Woodland and Scrub Management",
"status": "active",
"period": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2033-10-01T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "The right to additional purchases while the contract is valid. BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment."
},
"value": {
"amountGross": 48000,
"amount": 40000,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2025-10-01T00:00:00+01:00",
"documents": [
{
"id": "079025-2025",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/079025-2025",
"datePublished": "2025-12-02T15:32:35Z",
"format": "text/html"
}
]
},
{
"id": "5",
"awardID": "5",
"title": "Lot 5 Heathland, Gorse and Bramble",
"status": "active",
"period": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2033-10-01T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "The right to additional purchases while the contract is valid. BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment."
},
"value": {
"amountGross": 144000,
"amount": 120000,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2025-10-01T00:00:00+01:00",
"documents": [
{
"id": "079025-2025",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/079025-2025",
"datePublished": "2025-12-02T15:32:35Z",
"format": "text/html"
}
]
},
{
"id": "6",
"awardID": "6",
"title": "Lot 6 General Wetland Habitat Creation",
"status": "active",
"period": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2033-10-01T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "The right to additional purchases while the contract is valid. BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment."
},
"value": {
"amountGross": 192000,
"amount": 160000,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2025-10-01T00:00:00+01:00",
"documents": [
{
"id": "079025-2025",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/079025-2025",
"datePublished": "2025-12-02T15:32:35Z",
"format": "text/html"
}
]
},
{
"id": "7",
"awardID": "7",
"title": "Lot 7 Great Crested Newt Ponds",
"status": "active",
"period": {
"startDate": "2025-10-02T00:00:00+01:00",
"endDate": "2033-10-01T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "The right to additional purchases while the contract is valid. BNG requirements are generally very technical and bound by both legislation and legal agreements. The habitats are assessed under the UKHabitats classification system and their condition assessed in line with the national BNG guidance documents. Areas of habitat for improvement must reach a given ecological condition, within an allotted timeframe, and to be maintained at this level of quality for a minimum of 30 years. Any Call-Off Contracts awarded as part of this Framework will deliver part of this 30 year commitment."
},
"value": {
"amountGross": 480000,
"amount": 400000,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2025-10-01T00:00:00+01:00",
"documents": [
{
"id": "079025-2025",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/079025-2025",
"datePublished": "2025-12-02T15:32:35Z",
"format": "text/html"
}
]
}
]
}