Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

SC230254 - Public Rights of Way (PRoW) Vegetation Clearance

  • First published: 14 July 2025
  • Last modified: 14 July 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0469b5
Published by:
Kent County Council
Authority ID:
AA20084
Publication date:
14 July 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Kent County Council (KCC) are awarding a contract for a number of providers to undertake routine vegetation clearance on identified Public Rights of Way (PRoW); a statutory requirement. The contract is split into 10 lots, combining an element of programmed work together with ad-hoc requirements including off road cycle paths.

Public Rights of Way consist of four different levels of access:

• Public Footpath (FP) for pedestrian use;

• Public Bridleway (BR) for equestrian, pedestrian and pedal cyclists use;

• Restricted Byway (RB) a carriageway for use by non-motorised vehicles, equestrians and pedestrians; and

• Byways Open to All Traffic (BW) a carriageway for use by all forms of traffic.

The awarded suppliers are required to undertake routine vegetation clearance on identified Public Rights of Way; combining an element of programmed work together with ad-hoc requirements including off road cycle paths, with a 30-day turnaround time. The breakdown of lots are as follows:

Lot 1 - Ashford, Folkestone & Hythe

Lot 2 - Canterbury and Thanet

Lot 3 - Dover

Lot 4 - Swale

Lot 5 - Dartford & Gravesham

Lot 6 - Maidstone

Lot 7 - Sevenoaks

Lot 8 - Tonbridge & Malling

Lot 9 - Tunbridge Wells

Lot 10 - North Downs Way

PLEASE NOTE:

- The minimum and maximum values, as stated with the Lot Award of Contracts' are applicable to the services as a whole, as opposed to each Lot.

- The funding allocated per lot may vary, depending on service requirements and volumes within each financial year

- The maximum value of the contract is an estimation, and a 10% increase as been included to account for demand.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Kent County Council

Sessions House

Maidstone

ME141XQ

UK

Contact person: Miss Laura Garay

E-mail: Laura.Garay2@kent.gov.uk

NUTS: UKJ4

Internet address(es)

Main address: http://www.kent.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

SC230254 - Public Rights of Way (PRoW) Vegetation Clearance

Reference number: DN733171

II.1.2) Main CPV code

90000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Kent County Council (KCC) are awarding a contract for a number of providers to undertake routine vegetation clearance on identified Public Rights of Way (PRoW); a statutory requirement. The contract is split into 10 lots, combining an element of programmed work together with ad-hoc requirements including off road cycle paths.

Public Rights of Way consist of four different levels of access:

• Public Footpath (FP) for pedestrian use;

• Public Bridleway (BR) for equestrian, pedestrian and pedal cyclists use;

• Restricted Byway (RB) a carriageway for use by non-motorised vehicles, equestrians and pedestrians; and

• Byways Open to All Traffic (BW) a carriageway for use by all forms of traffic.

The awarded suppliers are required to undertake routine vegetation clearance on identified Public Rights of Way; combining an element of programmed work together with ad-hoc requirements including off road cycle paths, with a 30-day turnaround time. The breakdown of lots are as follows:

Lot 1 - Ashford, Folkestone & Hythe

Lot 2 - Canterbury and Thanet

Lot 3 - Dover

Lot 4 - Swale

Lot 5 - Dartford & Gravesham

Lot 6 - Maidstone

Lot 7 - Sevenoaks

Lot 8 - Tonbridge & Malling

Lot 9 - Tunbridge Wells

Lot 10 - North Downs Way

PLEASE NOTE:

- The minimum and maximum values, as stated with the Lot Award of Contracts' are applicable to the services as a whole, as opposed to each Lot.

- The funding allocated per lot may vary, depending on service requirements and volumes within each financial year

- The maximum value of the contract is an estimation, and a 10% increase as been included to account for demand.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer: 2 800 000.00  GBP/ Highest offer: 3 200 000.00  GBP

II.2) Description

Lot No: 1

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

Lot 1 - Ashford, Folkestone & Hythe

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

Lot 2 - Canterbury & Thanet

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

Lot 3 - Dover

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

Lot 4 - Swale

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

Lot 5 - Dartford & Gravesham

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

Lot 6 - Maidstone

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

Lot 7 - Sevenoaks

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

Lot 8 Tonbridge & Malling

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

Lot 9 - Tunbridge Wells

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 10

II.2.2) Additional CPV code(s)

90000000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

Lot 10 - North Downs Way

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-022420

Section V: Award of contract

Lot No: 1

Title: Ashford, Folkestone & Hythe

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/04/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Lamb-Latore Limited

03478293

Kent

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 2 800 000.00  GBP / Highest offer: 3 200 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Canterbury & Thanet

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/04/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Avondale Landscapes Limited

2927666

Kent

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 2 800 000.00  GBP / Highest offer: 3 200 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Dover

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/04/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Lamb-Latore Limited

03478293

Kent

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 2 800 000.00  GBP / Highest offer: 3 200 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Swale

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/04/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Acres Landscaping & Maintenance Limited

04599520

Kent

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 2 800 000.00  GBP / Highest offer: 3 200 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: Dartford & Gravesham

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/04/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Avondale Landscapes Limited

02927666

Kent

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 2 800 000.00  GBP / Highest offer: 3 200 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Title: Maidstone

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/04/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Avondale Landscapes Limited

02927666

Kent

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 2 800 000.00  GBP / Highest offer: 3 200 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Title: Sevenoaks

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/04/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Grasstex LTD

02657824

West Sussex

UK

NUTS: UKJ2

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 2 800 000.00  GBP / Highest offer: 3 200 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Title: Tonbridge & Malling

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/04/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Acres Landscaping & Maintenance Limited

04599520

Kent

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 2 800 000.00  GBP / Highest offer: 3 200 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 9

Title: Tunbridge Wells

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/04/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Acres Landscaping & Maintenance Limited

04599520

Kent

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 2 800 000.00  GBP / Highest offer: 3 200 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 10

Title: North Downs Way

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

18/04/2025

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Lamb-Latore Limited

03478293

Kent

UK

NUTS: UKJ4

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 2 800 000.00  GBP / Highest offer: 3 200 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Kent County Council

Maidstone

ME14 1XQ

UK

Internet address(es)

URL: http://www.kent.gov.uk

VI.5) Date of dispatch of this notice

09/07/2025

Coding

Commodity categories

ID Title Parent category
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Laura.Garay2@kent.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.