Construction Tenders

03 May 2026

Related Information

Construction Contract Leads

South East

Category Services

Type

No. of Lots 2

Status Active

Published 1st May 2026

Tender Details
Referenceocds-h6vhtk-068e2b
Common Procurement VocabularyLandscape gardening services
Procurement MethodCompetitive flexible procedure
Value-
More Tenders »

South East

Category Services

Type

No. of Lots 2

Status Active

Published 1st May 2026

Tender Details
Referenceocds-h6vhtk-068e2b
Common Procurement VocabularyLandscape gardening services
Procurement MethodCompetitive flexible procedure
Value-

This is an old version of this notice. View the latest version.

Scope

Reference

CN250567

Description

Please use link:

https://www.kentbusinessportal.org.uk/commonNoticeSearch/viewNotice.html?displayNoticeId=1032478186

to apply for this tender.

PLEASE NOTE: THIS UK4 TENDER NOTICE REPLACES DUPLICATE NOTICE : Highways Urban Grass, Shrubs & Hedges Maintenance

UK4: Tender notice

Notice identifier: 2026/S 000-039181

Procurement identifier (OCID): ocds-h6vhtk-068df3

UK4: Tender notice

Notice identifier: 2026/S 000-039181

Procurement identifier (OCID): ocds-h6vhtk-068df3 HAS BEEN TERMINATED

The Contractor for each lot is responsible for the programmed works and additional ad-hoc provision.

The main service areas comprise of urban grass, shrub and hedge cutting to contribute to visual

amenity and to keep roads and pavements clear of vegetation for the safe passage of highway users.

Works are conducted typically Monday to Friday.

The annual activities required under this contract consist of the following:

• Six programmed urban grass cutting visits

• One shrub bed maintenance visit

• One hedge maintenance visit

• Two rose bed maintenance visits

• One conservation verge and wildflower programmed maintenance visit

• Other programmed activities

• Ad hoc works

The Council does not guarantee any minimum value, volume of work, or spend under the contract.

The expected total contract value for this procurement amounts to £22,500,000.

This is broken down as follows (all figures are estimates):

-Initial Term 60 months (5 years) totalling £10,125,000 (Lot 1 - £4,556,250 Lot 2 - £5,568,750)

-Optional Extension Term up to 36 months (3 years) totalling £6,075,000 (Lot 1 - £2,733,750 Lot 2 - £3,341,250)

However, to allow for any future increases in funding, any future inflation, Compensation Events, and any other unexpected but in-scope spend, the total maximum contract value will be advertised on the relevant tendering portals (such as the Central Digital Platform, Find a Tender or Contracts Finder) as £22,500,000.

It is expected that there will be the potential for a contract extension of up to 3 years, depending on both the success in achieving the required outcomes, availability of further funding, and any decisions arising as a result of Local Government Reorganisation (LGR).

*/*/ PLEASE NOTE, UNDER SECTIONS "LOT 1" & "LOT 2" OF THE FTS NOTICE, IT ADVISES EACH LOT VALUE IS £11,250,000 - THIS SHOULD BE IGNORED AND THE ABOVE INFORMATION REFERRED TO (FTS WILL NOT ALLOW LOT VALUES TO BE INSERTED THAT WHEN ADDED TOGETHER ARE LOWER THAN THE STATED CONTRACT VALUE i.e. £22,500,000*/*/

Total value (estimated)

  • £22,500,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 March 2027 to 29 February 2032
  • Possible extension to 28 February 2035
  • 8 years

Description of possible extension:

3 x 12 month periods.

Main procurement category

Services

CPV classifications

  • 45000000 - Construction work
  • 70000000 - Real estate services
  • 71421000 - Landscape gardening services
  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

Lot constraints

Maximum number of lots a supplier can be awarded: 1

Not the same for all lots

Contract locations are shown in Lot sections, because they are not the same for all lots.


Lot Lot 1. Lot 1 - West

Description

The Contractor for Lot 1 - West is responsible for the programmed works and additional ad-hoc provision.

The main service areas comprise of urban grass, shrub and hedge cutting to contribute to visual

amenity and to keep roads and pavements clear of vegetation for the safe passage of highway users.

Works are conducted typically Monday to Friday.

The annual activities required under this contract consist of the following:

• Six programmed urban grass cutting visits

• One shrub bed maintenance visit

• One hedge maintenance visit

• Two rose bed maintenance visits

• One conservation verge and wildflower programmed maintenance visit

• Other programmed activities

• Ad hoc works

Please note that the proposed lotting structure may be subject to change as a result of Local

Government Reorganisation (LGR). The Council will keep tenderers informed throughout the

procurement process of any such changes.

The Council does not guarantee any minimum value, volume of work, or spend under the contract.

The expected total contract value for this procurement amounts to £22,500,000.

This is broken down as follows for Lot 1 (all figures are estimates):

-Initial Term 60 months (5 years) - £4,556,250

-Optional Extension Term up to 36 months (3 years) - £2,733,750

However, to allow for any future increases in funding, any future inflation, Compensation Events, and any other unexpected but in-scope spend, the total maximum contract value will be advertised on the relevant tendering portals (such as the Central Digital Platform, Find a Tender or Contracts Finder) as £22,500,000.

It is expected that there will be the potential for a contract extension of up to 3 years, depending on both the success in achieving the required outcomes, availability of further funding, and any decisions arising as a result of Local Government Reorganisation (LGR).

*/*/ PLEASE NOTE, UNDER SECTIONS "LOT 1" & "LOT 2" OF THE FTS NOTICE, IT ADVISES EACH LOT VALUE IS £11,250,000 - THIS SHOULD BE IGNORED AND THE ABOVE INFORMATION REFERRED TO (FTS WILL NOT ALLOW LOT VALUES TO BE INSERTED THAT WHEN ADDED TOGETHER ARE LOWER THAN THE STATED CONTRACT VALUE i.e. £22,500,000*/*/

Lot value (estimated)

  • £11,250,000 including VAT

Contract locations

  • UKJ46 - West Kent

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Lot 2 - East

Description

The Contractor for Lot 2 - East is responsible for the programmed works and additional ad-hoc provision.

The main service areas comprise of urban grass, shrub and hedge cutting to contribute to visual

amenity and to keep roads and pavements clear of vegetation for the safe passage of highway users.

Works are conducted typically Monday to Friday.

The annual activities required under this contract consist of the following:

• Six programmed urban grass cutting visits

• One shrub bed maintenance visit

• One hedge maintenance visit

• Two rose bed maintenance visits

• One conservation verge and wildflower programmed maintenance visit

• Other programmed activities

• Ad hoc works

Please note that the proposed lotting structure may be subject to change as a result of Local

Government Reorganisation (LGR). The Council will keep tenderers informed throughout the

procurement process of any such changes.

The Council does not guarantee any minimum value, volume of work, or spend under the contract.

The expected total contract value for this procurement amounts to £22,500,000.

This is broken down as follows for Lot 2 (all figures are estimates):

-Initial Term 60 months (5 years) - £5,568,750.

-Optional Extension Term up to 36 months (3 years) - £3,341,250.

However, to allow for any future increases in funding, any future inflation, Compensation Events, and any other unexpected but in-scope spend, the total maximum contract value will be advertised on the relevant tendering portals (such as the Central Digital Platform, Find a Tender or Contracts Finder) as £22,500,000.

It is expected that there will be the potential for a contract extension of up to 3 years, depending on both the success in achieving the required outcomes, availability of further funding, and any decisions arising as a result of Local Government Reorganisation (LGR).

*/*/ PLEASE NOTE, UNDER SECTIONS "LOT 1" & "LOT 2" OF THE FTS NOTICE, IT ADVISES EACH LOT VALUE IS £11,250,000 - THIS SHOULD BE IGNORED AND THE ABOVE INFORMATION REFERRED TO (FTS WILL NOT ALLOW LOT VALUES TO BE INSERTED THAT WHEN ADDED TOGETHER ARE LOWER THAN THE STATED CONTRACT VALUE i.e. £22,500,000*/*/

Lot value (estimated)

  • £11,250,000 including VAT

Contract locations

  • UKJ44 - East Kent

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Participation

Technical ability conditions of participation

Lot Lot 1. Lot 1 - West

Detailed in Tender documents.

Lot 2. Lot 2 - East

Detailed in tender documents.

Particular suitability

Lot Lot 1. Lot 1 - West

Lot 2. Lot 2 - East

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

12 May 2026, 12:00am

Submission type

Tenders

Tender submission deadline

4 June 2026, 12:00am

Submission address and any special instructions

Please use the below link to apply for this tender:

https://www.kentbusinessportal.org.uk/commonNoticeSearch/viewNotice.html?displayNoticeId=1032478186

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

30 September 2026


Award criteria

Lot Lot 1. Lot 1 - West

Name Type Weighting
Lowest price bid for each lot will be awarded the contract. Full details will be included in the tender documents. Price 50%
Tenderers who meet the minimum quality threshold, will then be evaluated on price. Lowest price bid for each lot will be awarded the contract. Full details will be included in the tender documents. Quality 50%

Lot 2. Lot 2 - East

Name Type Weighting
Lowest price bid for each lot will be awarded the contract. Full details will be included in the tender documents. Price 50%
Tenderers who meet the minimum quality threshold, will then be evaluated on price. Lowest price bid for each lot will be awarded the contract. Quality 50%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

1. Selection stage (PSQ / Conditions of participation). Minimum Overall Weighted score to be achieved to allow progression to ITT Stage.

2. ITT Stage - Quality response evaluated. The Council will progress the top ranking X (no. TBC) tenderers to Stage 3.

3. Optional Tender Clarification Meetings (previously referred to as Negotiation Stage) - to allow the Council to discuss the bid with each tenderer to clarify elements etc...

4. Optional ISFT Stage - Final Quality submissions assessed, tenderer must achieve minimum quality threshold to be evaluated on price.

Lowest priced tenderer for each lot will be awarded the contract (tenderer can only be awarded 1 lot).

Full details will be included in the tender documents.

Award criteria may be refined prior to ITT stage. More information can be found in the tender documents.


Documents

Associated tender documents

https://www.kentbusinessportal.org.uk/commonNoticeSearch/viewNotice.html?displayNoticeId=1032478186

Please use this link to apply for this tender. Once registered, tender documents will be made available.


Contracting authority

Kent County Council

  • Public Procurement Organisation Number: PLDL-8938-YGYW

County Hall

Maidstone

ME14 1XQ

United Kingdom

Email: matthew.head [at] kent.gov.uk

Region: UKJ45 - Mid Kent

Organisation type: Public authority - sub-central government