← Back to opportunities

MFF165 2025-2031 Ground Works Open Framework

Peak District National Park Authority

Buyer Contact Info

Buyer Name: Peak District National Park Authority

Buyer Address: Aldern House, Baslow Road, Bakewell, UKF13, DE45 1AE, United Kingdom

Contact Email: Legal.Instructions@peakdistrict.gov.uk

Status
active
Procedure
open
Value
7200000.0 GBP
Gross: 8640000 GBP
Published
08 Aug 2025, 15:59
Deadline
02 Sep 2025, 16:00
Contract Start
n/a
Contract End
n/a
Category
works
CPV
45112400 - Excavating work
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

1.This Open Framework ('OFW') Invitation for Tender is for the undertaking of Ground Works on restoration Work Sites around the Peak District and South Pennines SAC, with the aim to restore hydrology, stabilise and revegetate bare peat, and increase biodiversity on the Sites. 2. The OFW Works comprise the following Elements (see 1.5 of Section 1 of the ITT): 2.1. Supply and delivery of Materials required to complete the Works, unless otherwise stated. 2.2. Appropriate storage of Materials, as necessary. 2.3. Supply and delivery of suitable Trackway for storing materials on (if required). 2.4. Forwarding of Materials and Equipment required to complete the Works to and within Works Sites, excluding Airlifting 2.5. Planning the Aerial load lifting Works, including marking out drop locations and working in collaboration with the Authorities Airlifting Contractor to deliver the works 2.6. Marshalling of Aerial load lifting, including materials drops 2.7. Construction of stone dams into gullies 2.8. Construction of peat Dams into gullies 2.9. Construction of Bunds 2.10. Construction of Natural Fibre Log Dams into gullies 2.11. Construction of Heather Bale Dams into gullies 2.12. Construction of Timber Dams into gullies 2.13. Construction of Large leaky Dams into gullies 2.14. Re-profiling of hags and gully sides 2.15. Cutting or flailing of vegetation and/or windrowing or collection of cut vegetation. 2.16. Spreading of Heather Brash on bare peat 2.17. Spreading of Lime, Seed, and Fertiliser 2.18. Planting of Sphagnum Plug plants 2.19. Planting of Sedge and Dwarf Shrub Plug plants 2.20. Removing invasive species such as Sitka Spruce, Bracken or Rhododendron 2.21. General Machine Works: 2.21.1. Loading and unloading of materials. 2.21.2. Transporting materials by tractor and trailer (on or off road) 2.21.3. Moving materials by low ground pressure all-terrain vehicle (ATV) 2.21.4. Excavation such as ditching and digging 2.21.5. Chain harrowing 2.21.6. Rolling 2.21.7. Flattening ruts or bumps with digger bucket 2.22. General Labour: 2.22.1. Digging 2.22.2. Collecting waste materials 2.22.3. Surveying 2.22.4. Marking out helicopter drop locations Please see Invitation to Tender for further details

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.moorsforthefuture.org.uk/tenders

Link Description: Please see link to the Tender Notice at https://www.moorsforthefuture.org.uk/tenders a link is also provided at - https://www.peakdistrict.gov.uk/looking-after/about-us/open-government/tenders

External Link: https://www.find-tender.service.gov.uk/Notice/047435-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 7,200,000

Lot 1 Value (Gross): GBP 8,640,000

Lot 1 Contract Start: 2025-09-22T00:00:00+01:00

Lot 1 Contract End: 2031-09-21T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (price): Price (10%)

Lot 1 Award Criterion (quality): Quality Criteria 1 (45%)

Lot 1 Award Criterion (quality): Quality Criteria 2 (44%)

Lot 1 Award Criterion (quality): Social Value criteria (1%)

Documents

Document Description: Not published

Document Description: Please see link to the Tender Notice at https://www.moorsforthefuture.org.uk/tenders a link is also provided at - https://www.peakdistrict.gov.uk/looking-after/about-us/open-government/tenders

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PRMG-9537-GCRD",
    "name": "Peak District National Park Authority"
  },
  "date": "2025-08-08T16:59:40+01:00",
  "id": "047435-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05849a",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Bakewell",
        "postalCode": "DE45 1AE",
        "region": "UKF13",
        "streetAddress": "Aldern House, Baslow Road"
      },
      "contactPoint": {
        "email": "Legal.Instructions@peakdistrict.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PRMG-9537-GCRD",
      "identifier": {
        "id": "PRMG-9537-GCRD",
        "scheme": "GB-PPON"
      },
      "name": "Peak District National Park Authority",
      "roles": [
        "buyer"
      ]
    }
  ],
  "planning": {
    "noEngagementNoticeRationale": "A preliminary market engagement notice (UK2) has been published \"Peatland Restoration 2025-2030)\nNotice identifier - 2025/S 000-038424\nOCID - ocds-h6vhtk-055b94\nbut cannot be found on the link page. The Invitation to Tender has been amended to make reference to the UK2 notice and request that bidders review this."
  },
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-09-16T23:59:59+01:00"
    },
    "description": "1.This Open Framework (\u0027OFW\u0027) Invitation for Tender is for the undertaking of Ground Works on restoration Work Sites around the Peak District and South Pennines SAC, with the aim to restore hydrology, stabilise and revegetate bare peat, and increase biodiversity on the Sites.\n2. The OFW Works comprise the following Elements (see 1.5 of Section 1 of the ITT):\n2.1.\t \tSupply and delivery of Materials required to complete the Works, unless otherwise stated.\n2.2.\t \tAppropriate storage of Materials, as necessary.\n2.3.\t \tSupply and delivery of suitable Trackway for storing materials on (if required).\n2.4.\t \tForwarding of Materials and Equipment required to complete the Works to and within Works Sites, excluding Airlifting\n2.5.\t \tPlanning the Aerial load lifting Works, including marking out drop locations and working in collaboration with the Authorities Airlifting Contractor to deliver the works\n2.6.\t \tMarshalling of Aerial load lifting, including materials drops\n2.7.\t \tConstruction of stone dams into gullies \n2.8.\t \tConstruction of peat Dams into gullies\n2.9.\t \tConstruction of Bunds \n2.10.\tConstruction of Natural Fibre Log Dams into gullies \n2.11.\tConstruction of Heather Bale Dams into gullies \n2.12.\tConstruction of Timber Dams into gullies \n2.13.\tConstruction of Large leaky Dams into gullies \n2.14.\tRe-profiling of hags and gully sides \n2.15.\tCutting or flailing of vegetation and/or windrowing or collection of cut vegetation.\n2.16.\tSpreading of Heather Brash on bare peat \n2.17.\tSpreading of Lime, Seed, and Fertiliser \n2.18.\tPlanting of Sphagnum Plug plants \n2.19.\tPlanting of Sedge and Dwarf Shrub Plug plants \n2.20.\tRemoving invasive species such as Sitka Spruce, Bracken or Rhododendron\n2.21.\tGeneral Machine Works:\n2.21.1.\tLoading and unloading of materials.\n2.21.2.\tTransporting materials by tractor and trailer (on or off road)\n2.21.3.\tMoving materials by low ground pressure all-terrain vehicle (ATV)\n2.21.4.\tExcavation such as ditching and digging\n2.21.5.\tChain harrowing\n2.21.6.\tRolling\n2.21.7.\tFlattening ruts or bumps with digger bucket\n2.22.\tGeneral Labour:\n2.22.1.\tDigging\n2.22.2.\tCollecting waste materials\n2.22.3.\tSurveying\n2.22.4.\tMarking out helicopter drop locations\nPlease see Invitation to Tender for further details",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "description": "Please see link to the Tender Notice at\nhttps://www.moorsforthefuture.org.uk/tenders \na link is also provided at \n- https://www.peakdistrict.gov.uk/looking-after/about-us/open-government/tenders",
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://www.moorsforthefuture.org.uk/tenders"
      },
      {
        "datePublished": "2025-08-08T16:59:40+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "047435-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/047435-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-09-02T17:00:00+01:00"
    },
    "id": "MFF165 2025-2031 Ground Works Open Framework",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Excavating work",
            "id": "45112400",
            "scheme": "CPV"
          },
          {
            "description": "Landscaping work",
            "id": "45112700",
            "scheme": "CPV"
          },
          {
            "description": "Construction work for dams, canals, irrigation channels and aqueducts",
            "id": "45247000",
            "scheme": "CPV"
          },
          {
            "description": "Horticultural services",
            "id": "77300000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental protection",
            "id": "90720000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKC"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKD"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKE"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKF"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKG"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lotDetails": {
      "noLotsDivisionRationale": "The procurement has not been designated to Lots. All call-off contracts under the Framework will be procured via a Further Competition of specific work packages under the terms of the OFW. These packages will be split and based on site and/or work types, in order to provide a range of work package sizes and work types; which will serve to make call-off contracts under the Framework more accessible to SMEs and VCSEs. The variables for the works are sites/types of works required/materials/quantities/transporting people, etc required.  However, at the point of publication of the UK4 Tender Notice, future packages (including site and works required) cannot be determined with sufficient detail to define as Lots for the requirements of the Tender Notice."
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Price",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "description": "Experience, Past Performance and ability to deliver work to meet the contract objectives and specifications\ni.\tDescription of works previously delivered including types, amount and timescales completed\nii.\tProvision of references for above works",
              "name": "Quality Criteria 1",
              "numbers": [
                {
                  "number": 45,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Technical and Delivery Capability\ni.\tDescription / list resources available\nii.\tDescription / list equipment available\niii.\tMethod statements for each works type",
              "name": "Quality Criteria 2",
              "numbers": [
                {
                  "number": 44,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Description of how the Contractor would create positive impact on people and communities, through one or more of the following aspects of social value :\ni.\tSocial/wellbeing improvements for individuals and communities\nii.\tEconomic benefits that uplift society\u0027s wellbeing;\niii.\tEnvironmental; encouraging sustainable processes.",
              "name": "Social Value criteria",
              "numbers": [
                {
                  "number": 1,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2031-09-21T23:59:59+01:00",
          "startDate": "2025-09-22T00:00:00+01:00"
        },
        "id": "1",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Quality Criteria 1:\nExperience, Past Performance and ability to deliver work to meet the contract objectives and specifications\ni.\tDescription of works previously delivered including types, amount and timescales completed\nii.\tProvision of references for works tendered for\nQuality Criteria 2\nTechnical and Delivery Capability\ni.\tDescription / list resources available\nii.\tDescription / list equipment available\niii.\tMethod statements for each works type\nFramework appointment: Any tender scoring \u00270, 1 or 2  for quality criteria Quality Criteria 1 or Quality Criteria 2 of not tendering for that Element with regard to the element(s) of Work in that package tendered for will be deemed non-compliant and rejected without further evaluation with regards to the Framework for that Element.\nFor Further Competitions any tender scoring \u00270 or 1 for Quality Criteria 1 or Quality Criteria 2 for that Element with regard to the element(s) of Work in that package tendered for will be deemed non-compliant and rejected without further evaluation with regards to the Further Competition.\nPlease see ITT for further details\nThese are considered to be Condition of Participations for the purposes of the Procurement Act 2023.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "value": {
          "amount": 7200000,
          "amountGross": 8640000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "works",
    "participationFees": [
      {
        "description": "No fees",
        "id": "ocds-h6vhtk-05849a",
        "type": [
          "win"
        ]
      }
    ],
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "status": "active",
    "submissionMethodDetails": "Submission\nTenders must be submitted by e mail to Tenders@peakdistrict.gov.uk \nBy 17.00pm 2 September 2025\nThe following, and only the following, must be used in the subject line:\nREF: MFF165 2025-2031 Ground Works Open Framework Tender delivery of sphagnum plugs\nPlease see link to the Tender Notice at\nhttps://www.moorsforthefuture.org.uk/tenders \na link is also provided at \n- https://www.peakdistrict.gov.uk/looking-after/about-us/open-government/tenders",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "description": "1. This Open Framework (\u0027OFW\u0027) Invitation for Tender (\"ITT\") is for the undertaking of Ground Works on restoration Work Sites around the Peak District and South Pennines SAC. \n2. The OFW period shall be 22nd September 2025 to 21st September 2031, subject to more than one Supplier being appointed to each Framework in the scheme of Frameworks (\"the OFW Period\"). \n3. The estimated value of this Open Framework is \u00a37.2 million (excluding VAT).\n4. A Framework is a contract between a contracting authority and one or more Suppliers that provides for the future award of contracts by the contracting authority to the Supplier or Suppliers. \n5. Opening and operation of the Framework:\n5.1\tThe Authority intends to re-open the Framework at the following points :\n\u2022\tOnce during the period of 2 years from award of the first Framework under the scheme, and,\n\u2022\tWithin a period of 2 years beginning on the award of the second Framework scheme.\n5.2\tThe Authority reserves the right to adjust the indicative reopening schedule in response to operational requirements. Any changes will be communicated transparently and with sufficient notice via Find a Tender Service and to Existing Suppliers.\n5.3\tThe final Framework will expire at the end of the period of 6 years beginning with the Framework Commencement Date (subject to more than one Supplier being appointed to each Framework in the scheme).\n5.4 There will be no limit on the number of Suppliers that can be party to each of the Frameworks in the scheme.\n5.5\tWhenever the Framework is re-opened, the award of that new Framework will effectively close the existing agreement and create a new Framework. Any processes for the award of a Call-Off contract under the expired Framework that have already commenced can continue following the expiry of that Framework.\n5.6\tAt the point of re-opening the Framework, suppliers will be notified of the re-opening by publication on Find a Tender Service. Existing Framework suppliers may also be directly contacted and invited to apply to join the new Framework. \n5.7\tDuring each re-opening, suppliers who are party to the Framework in existence immediately prior to the next Framework to be awarded (Existing Suppliers) will be required to:\n5.7.1\tConfirm whether they wish to be considered to join the new Framework in the scheme of frameworks, and, if they do: \n5.7.2\tSpecify whether they wish to be considered by reference to either:\n5.7.2.1\tThe fact that the Existing Supplier is party to the Framework in existence immediately prior to the next Framework to be awarded under the scheme. If an Existing Supplier chooses this option the earlier tender will not be re-assessed and the supplier will simply remain on the Framework; or\n5.7.2.2\tA tender relating to an earlier award under the scheme. If an Existing Supplier chooses this option the earlier tender will be re-assessed. There is no guarantee of re-appointment to the Framework; or\n5.7.2.3\tA new tender submitted in relation to the current award. If an Existing Supplier chooses this option the new tender will be assessed. There is no guarantee of re-appointment to the Framework.\n5.8\tExisting Suppliers can choose not to not join the new Framework.\n5.9\tAll suppliers, whether new or Existing, will be subject to the same exclusion checks and compliance requirements, and all Existing Suppliers will be re-assessed against mandatory and discretionary exclusion grounds at each re-opening.\n5.10\tFull instructions will be provided at the point of re-opening the Framework. \n5.11\tIn the event that only one supplier is appointed to any Framework in the scheme of Frameworks during the open Framework Period then the maximum term for the Framework, and the open Framework, will be 4 years from the date on which the single supplier Framework is awarded.\n6. How prices are determined:\nPrices are determined on an open competitive basis during the Further Competition (mini-competition) for each works package. Indicative prices only are requested as part of the information provided by bidders to be appointed to the OFW. These indicative prices will not be fixed and are for evaluation purposes only.\n7. Selection process for award of contracts:\nDetailed evaluation criteria for appointment to the OFW are set out in the ITT: \n7.1\tSection criteria for the Framework. \nFramework Suppliers will be selected based on an evaluation using the criteria set out below:\n7.1.1\tPrice (10% of the total score value);\n10 x (Lowest Tender Price)\u00f7(Supplier X\u0027s Price)\n7.1.2\tQuality Criteria (89% of the total score value):\n7.1.2.1.\tQuality Criteria 1 - 45% of the total score value\nExperience, Past Performance and ability to deliver work to meet the contract objectives and specifications\na.\tDescription of works previously delivered including types, amount and timescales completed\nb.\tProvision of references for above works\n7.1.2.2.\tQuality Criteria 2 - 44% of the total score value\nTechnical and Delivery Capability\na.\tDescription / list resources available\nb.\tDescription / list equipment available\nc.\tMethod statements for each works type\n7.1.3\tSocial Value Criteria - 1% of the total score value\nDescription of how the Contractor would create positive impact on people and communities, through one or more of the following aspects of social value:\n7.1.3.1\tSocial/wellbeing improvements for individuals and communities\n7.1.3.2\tEconomic benefits that uplift society\u0027s wellbeing;\n7.1.3.3\tEnvironmental; encouraging sustainable processes.\nQuality Criteria and Social Value Criteria responses will each be marked against the Quality scoring methodology in Table 1 in Section 1 of the ITT. \nSuppliers may tender to be appointed to the Framework for any of the Elements of the Works. If a Supplier does not tender for the Framework for an Element, or scores \u00270, 1 or 2\u0027 for that Element(s) of Work the tender will be deemed non-compliant and rejected without further evaluation with regards to that Element.  The Supplier  will not be permitted to tender for that Element in any Further Competition (including MFF165-01 ) for the duration of that Framework. This does not prohibit a Supplier tendering for any Elements in subsequent Frameworks under the scheme.   This is considered to be a Condition of Participation for the purposes of the Procurement Act 2023.\n7.2 Section criteria for Further Competitions:\nEvaluation criteria for Further Competitions for call-off contracts under the OFW  will  be set by the Authority, but will not fundamentally alter, the criteria specified below. The Authority user will be able to decide what percentage of marks it wants to allocate to each of the evaluation criteria, within the maximum and minimum amounts set out:\nEvaluation Criteria (100%)\n7.2.1 Price: \n\u2022\tMinimum and maximum%: 10-90%\n\u2022\tSub-criteria: N/A\n\u2022\tSub-criteria % of overall score: To be determined at further competition\n7.2.2 Quality:\n\u2022\tMinimum and maximum%: 10-90%\n7.2.2.1\tSub-criteria:\na.\tQC1 Experience, past performance and ability to deliver work to meet the contract objectives and specifications\nb.\tQC2 Technical and delivery capability such as method statements, resources, equipment and schedules\nc.\tSub-criteria % of overall score: To be determined at further competition\n7.2.3 Social Value, climate change and carbon reduction (if required):\n\u2022\tMinimum and maximum%: 0-10%\nSub-criteria: N/A\nSub-criteria % of overall score: To be determined at further competition.\nQuality Criteria and Social Value Criteria responses will each be marked against the scoring methodology in Table 1 \"Quality Scoring Methodology\" included in the ITT. Any tender scoring 0 or 1 for Quality Criteria1 or Quality Criteria 2 with regard to that Element(s) of work they have tendered for will be deemed non-compliant and rejected without further evaluation with regards to that Element. This is considered to be a Condition of Participation for the purposes of the Procurement Act 2023.\n7.3 The OFW also includes an immediate Further Competition for a call-off contract under the OFW MFF165-01 works package. Detailed evaluation criteria are set out in the ITT and are as follows:\n7.3.1\tPrice (50% of the total score value);\n50 x (Lowest Tender Price as set out in the Itemised Costs at Appendix 8 )\u00f7(Supplier X\u0027s Price)\n7.3.2.\tQuality criteria (49% of the total score value): \n7.3.2.1\tQuality Criteria 1 (25% of the total score value):\nExperience, Past Performance and ability to deliver work to meet the contract objectives and specifications\na.\tDescription of works previously delivered including types, amount and timescales completed\nb.\tProvision of references for above works\n7.3.2.2\tQuality Criteria 2 - 24% of the total score value\nTechnical and Delivery Capability\na.\tMethod statements for each works package\nb.\tProgramme and resourcing plan demonstrating how you will complete the works within the specified time constraints. (e.g. dates, durations, number of plant/personnel and work rates as minimum).\n7.3.3\tSocial Value Criteria - 1% of the total score value\nDescription of how the Contractor would create positive impact on people and communities, through one or more of the following aspects of social value :\n7.3.3.1.\tSocial/wellbeing improvements for individuals and communities\n7.3.3.2\tEconomic benefits that uplift society\u0027s wellbeing;\n7.3.3.3\tEnvironmental; encouraging sustainable processes.\nQuality Criteria and Social Value Criteria responses will each be marked against the scoring methodology in Table 1 \"Quality Scoring Methodology\" included in the ITT.  Any tender scoring \u00270 or 1 for Quality Criteria1 or Quality Criteria 2 with regard to that Element(s) of work they have tendered for will be deemed non-compliant and rejected without further evaluation with regards to that Element. This is considered to be a Condition of Participation for the purposes of the Procurement Act 2023.\nPlease see the ITT for further details.",
        "isOpenFrameworkScheme": true,
        "method": "withReopeningCompetition",
        "openFrameworkSchemeEndDate": "2031-09-21T23:59:59+01:00",
        "type": "closed"
      },
      "hasFrameworkAgreement": true
    },
    "tenderPeriod": {
      "endDate": "2025-09-02T17:00:00+01:00"
    },
    "title": "MFF165 2025-2031 Ground Works Open Framework",
    "value": {
      "amount": 7200000,
      "amountGross": 8640000,
      "currency": "GBP"
    }
  }
}