Notice Information
Notice Title
Wormwood Scrubs Masterplan Biodiversity & Improvement Works
Notice Description
London Borough of Hammersmith and Fulham Council (the "Council") is seeking a supplier who is suitably qualified and experienced in landscaping and the creation and management of ecologically sensitive habitats. Wormwood Scrubs is an open space located at the northern end of the London Borough of Hammersmith and Fulham. It is the largest open space in the Borough, at around 80 ha (200 acres), and is one of the largest areas of common land in London. The work is to implement the proposals in the AEM (Alternative Ecological Mitigation) Masterplan for Wormwood Scrubs open space. The overall objective of the AEM Masterplan is to improve and enhance biodiversity on the Scrubs and at the same time improve drainage across the site to better manage surface water and improve access. The work is split into two phases: Capital works - this phase of work should be completed in 6-8 months and will include the creation of a SUDs (Sustainable Urban Drainage scheme) made up of a series of scrapes and swales to the south of the site and the northwest corner of the site. Retention ponds will be created in the existing wet woodlands in the southeast of the site. Tree planting will take place at various locations and existing vegetation will be improved along with the creation of meadows and grasslands. Hibernacula's will be created and bird and bat boxes installed. Maintenance and Management Plan (MMP) - Phase 2 of the work will be a 10 year Management and Maintenance Plan (MMP) which will include the management of the features implemented as part of the Phase 1 Capital Works including the SUDs scheme and meadows and will also involve the management of the existing woodland, scrubland and meadows that have not previously been regularly managed and are in need of ongoing management to improve conditions for wildlife and increase biodiversity. For example, selective thinning in woodland areas will allow more light in to allow a greater variety of woodland plants to grow in the understorey.
Lot Information
Lot 1
Renewal: The contract for Phase 2 (MMP) includes one (1) optional extension of up to five (5) years and the extension may be exercised based on satisfactory performance during the initial term of the contract.
Planning Information
This Preliminary Market Engagement (PME) notice is being used to enable the London Borough of Hammersmith and Fulham Council (the “Council”) to understand supplier interest and capabilities to undertake both phases of the procurement. It is intended that the outcome of this PME will be used to further inform the Council's procurement, service, and contract model, but the Council is under no obligation to any potential Supplier and/or makes no guarantees to any party, resulting from feedback received to this PME. If your organisation is interested in this opportunity and believe they could provide the requirement to the Council, in line with the Scope set out above, please confirm your interest to procurement@lbhf.gov.uk by no later than the Engagement Deadline in this notice. The Council will keep a record of all interested Suppliers and will confirm when the procurement goes live. This PME must not be considered as confirmation by the Council that any future procurement opportunity will be forthcoming as a result of any activity undertaken as part of the Council’s PME. The Council does not bind itself to running a procurement, or awarding any resultant contract, following the conclusion of this PME. In accordance with the requirements of the Procurement Act 2023 (UKPGA 2023/54), the Council is committed to conducting this PME in such a way that it does not put a supplier at an unfair advantage or disadvantage. The Council will not adopt any technical advice in the preparation of any procurement activity from anyone where this may prejudice this requirement or otherwise distort competition. Any potential Supplier interested in the Council’s procurement opportunities may register on the eProcurement portal, by visiting https://www.capitalesourcing.com/web/login.shtml
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04fc7c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/046422-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK12 - Procurement Termination Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
-
- CPV Codes
45000000 - Construction work
45112720 - Landscaping work for sports grounds and recreational areas
77314000 - Grounds maintenance services
Notice Value(s)
- Tender Value
- £2,000,000 £1M-£10M
- Lots Value
- £2,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Aug 20256 months ago
- Submission Deadline
- 29 Jul 2025Expired
- Future Notice Date
- 18 Apr 2025Expired
- Award Date
- Not specified
- Contract Period
- 5 Jan 2026 - 4 Jan 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Cancelled
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LONDON BOROUGH OF HAMMERSMITH AND FUHAM
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- procurement@lbhf.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- W6 9JU
- Post Town
- West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI33 Kensington & Chelsea and Hammersmith & Fulham
- Delivery Location
- TLI33 Kensington & Chelsea and Hammersmith & Fulham
-
- Local Authority
- Hammersmith and Fulham
- Electoral Ward
- Hammersmith Broadway
- Westminster Constituency
- Hammersmith and Chiswick
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/046422-2025
6th August 2025 - Procurement termination notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/037044-2025
3rd July 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/031365-2025
10th June 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/012726-2025
3rd April 2025 - Preliminary market engagement notice on Find a Tender
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-04fc7c-2025-08-06T10:56:34+01:00",
"date": "2025-08-06T10:56:34+01:00",
"ocid": "ocds-h6vhtk-04fc7c",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PHTW-6333-BQGD",
"name": "London Borough of Hammersmith and Fuham",
"identifier": {
"scheme": "GB-PPON",
"id": "PHTW-6333-BQGD"
},
"address": {
"streetAddress": "Town Hall, king street",
"locality": "London",
"postalCode": "W6 9JU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI33"
},
"contactPoint": {
"email": "procurement@lbhf.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PHTW-6333-BQGD",
"name": "London Borough of Hammersmith and Fuham"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "This Preliminary Market Engagement (PME) notice is being used to enable the London Borough of Hammersmith and Fulham Council (the \"Council\") to understand supplier interest and capabilities to undertake both phases of the procurement. It is intended that the outcome of this PME will be used to further inform the Council's procurement, service, and contract model, but the Council is under no obligation to any potential Supplier and/or makes no guarantees to any party, resulting from feedback received to this PME. If your organisation is interested in this opportunity and believe they could provide the requirement to the Council, in line with the Scope set out above, please confirm your interest to procurement@lbhf.gov.uk by no later than the Engagement Deadline in this notice. The Council will keep a record of all interested Suppliers and will confirm when the procurement goes live. This PME must not be considered as confirmation by the Council that any future procurement opportunity will be forthcoming as a result of any activity undertaken as part of the Council's PME. The Council does not bind itself to running a procurement, or awarding any resultant contract, following the conclusion of this PME. In accordance with the requirements of the Procurement Act 2023 (UKPGA 2023/54), the Council is committed to conducting this PME in such a way that it does not put a supplier at an unfair advantage or disadvantage. The Council will not adopt any technical advice in the preparation of any procurement activity from anyone where this may prejudice this requirement or otherwise distort competition. Any potential Supplier interested in the Council's procurement opportunities may register on the eProcurement portal, by visiting https://www.capitalesourcing.com/web/login.shtml",
"dueDate": "2025-04-18T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "012726-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/012726-2025",
"datePublished": "2025-04-03T11:00:53+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "itt__19026",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Wormwood Scrubs Masterplan Biodiversity & Improvement Works",
"description": "London Borough of Hammersmith and Fulham Council (the \"Council\") is seeking a supplier who is suitably qualified and experienced in landscaping and the creation and management of ecologically sensitive habitats. Wormwood Scrubs is an open space located at the northern end of the London Borough of Hammersmith and Fulham. It is the largest open space in the Borough, at around 80 ha (200 acres), and is one of the largest areas of common land in London. The work is to implement the proposals in the AEM (Alternative Ecological Mitigation) Masterplan for Wormwood Scrubs open space. The overall objective of the AEM Masterplan is to improve and enhance biodiversity on the Scrubs and at the same time improve drainage across the site to better manage surface water and improve access. The work is split into two phases: Capital works - this phase of work should be completed in 6-8 months and will include the creation of a SUDs (Sustainable Urban Drainage scheme) made up of a series of scrapes and swales to the south of the site and the northwest corner of the site. Retention ponds will be created in the existing wet woodlands in the southeast of the site. Tree planting will take place at various locations and existing vegetation will be improved along with the creation of meadows and grasslands. Hibernacula's will be created and bird and bat boxes installed. Maintenance and Management Plan (MMP) - Phase 2 of the work will be a 10 year Management and Maintenance Plan (MMP) which will include the management of the features implemented as part of the Phase 1 Capital Works including the SUDs scheme and meadows and will also involve the management of the existing woodland, scrubland and meadows that have not previously been regularly managed and are in need of ongoing management to improve conditions for wildlife and increase biodiversity. For example, selective thinning in woodland areas will allow more light in to allow a greater variety of woodland plants to grow in the understorey.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45112720",
"description": "Landscaping work for sports grounds and recreational areas"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "77314000",
"description": "Grounds maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UKI33",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI33",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI33",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 2400000,
"amount": 2000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"additionalProcurementCategories": [
"works"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-01-05T00:00:00+00:00",
"endDate": "2031-01-04T23:59:59+00:00",
"maxExtentDate": "2036-01-04T23:59:59+00:00"
},
"hasRenewal": true,
"status": "complete",
"value": {
"amountGross": 2400000,
"amount": 2000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "The Technical (Quality) Envelope percentage weighting incorporates Social Value (which the Council brands \"Added Value\")",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "This procurement process includes a Procurement Specific Questionnaire (PSQ), that incorporates specific Conditions of Participation (CoP) which Potential Suppliers must satisfy to continue to participate in the procurement process. Questions relating to CoP include but may not be limited to, the following. LEGAL AND FINANCIAL CAPACITY Legal Capacity London Borough of Hammersmith and Fulham Council (the \"Council\") will assess Potential Suppliers/Lead Potential Suppliers, all members of a Group and/or all Significant Subcontractors (as applicable), as necessary to ensure relevant matters relating to legal compliance and assurance are satisfied. Financial Capacity The Council will assess the financial standing of all Potential Suppliers/Lead Potential Suppliers, all members of a Group and/or all Significant Subcontractors (as applicable), who must certify that their annual turnover is at least double the published Contract value. In addition, third party credit checks (if available) will be undertaken on the preferred Suppliers/Lead Suppliers, all members of a Group, and/or all Significant Subcontractors (as applicable) prior to contract award. Insurances Potential Suppliers are required to confirm whether they already have, or can commit to obtaining, prior to the contract start date published on the eProcurement portal, the levels of insurance cover: * Employer's (Compulsory) Liability Insurance at no less than PS10,000,000 (ten million pounds) * Public Liability Insurance at no less than PS10,000,000 (ten million pounds) * Product Liability Insurance at no less than PS10,000,000 (ten million pounds) * Professional Indemnity Insurance at no less than PS5,000,000 (five million pounds)"
},
{
"type": "technical",
"description": "TECHNICAL ABILITY Relevant Experience and Contract Examples Potential Suppliers are required to demonstrate Technical Ability through relevant experience and provide relevant Contract examples. London Borough of Hammersmith and Fulham Council Organisational Standards: Accreditations / Registrations Potential Suppliers are required to confirm they meet the following organisational qualifications or standards, or equivalent. * CHAS Accredited Group * Association of Professional Landscapers (APL) * British Association of Landscape Industries (BALI) * Or another equivalent Association or quality assurance mechanism. Further details of the PSQ and assessment methodologies can be found in the Procurement Document Suite and the Council's eProcurement portal."
}
]
},
"renewal": {
"description": "The contract for Phase 2 (MMP) includes one (1) optional extension of up to five (5) years and the extension may be exercised based on satisfactory performance during the initial term of the contract."
}
}
],
"status": "complete",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"submissionMethodDetails": "Suppliers are requested to register on our tender portal to access the tender. https://www.capitalesourcing.com",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-07-29T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-07-18T17:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-10-30T23:59:59+00:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "031365-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/031365-2025",
"datePublished": "2025-06-10T16:46:06+01:00",
"format": "text/html"
},
{
"id": "037044-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/037044-2025",
"datePublished": "2025-07-03T11:17:12+01:00",
"format": "text/html"
},
{
"id": "046422-2025",
"documentType": "tenderCancellationNotice",
"noticeType": "UK12",
"description": "Procurement termination notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/046422-2025",
"datePublished": "2025-08-06T10:56:34+01:00",
"format": "text/html"
}
],
"riskDetails": "London Borough of Hammersmith and Fulham Council (the \"Council\") has identified an indicative suite of potential risks that may jeopardise the satisfactory performance of the Contract but, due to the nature of the risks, are unable to be addressed in the Contract as awarded. Where the relevant conditions under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the modification of the Contract to remedy risks will be treated as a permitted contract modification. For this procurement, risks are categorised in 3 ways (Known Unknowns (risks the Council is aware of, but is unaware of the size and effect of their impact), Unknown Unknowns (risks the Council is not aware of, and therefore is also unaware of the size and effect of their impact), and Known Knowns (risks the Council is aware of and is also aware of the size and effect of their impact)). The indicative suite of potential risks identified are provided by way of example only but must not be considered as exhaustive and there may be further risks identified within the Contract term which are subject to permissible modification under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). The indicative suite of potential risks identified, are included in the Procurement Document Suite.",
"amendments": [
{
"id": "037044-2025",
"description": "Extended deadline for Clarification Questions and Submission by one week."
}
]
},
"language": "en",
"awards": [
{
"id": "1",
"status": "cancelled",
"statusDetails": "Following the publication of a tender notice in respect of a contract, the contracting authority has decided not to award the contract",
"finalStatusDate": "2025-08-06T00:00:00+01:00",
"relatedLots": [
"1"
]
}
]
}