Loading page content…
Loading page content…
Loading contract search results…
4 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Hertfordshire Full Stop Facilities Management Services (hereinafter referred to as “HFS”) the trading organisation of Hertfordshire County Council (hereinafter referred to as “the Council”) is advertising its requirement to appoint competent and cost-effective organisations to be part of its Building Cleaning Framework to provide Building Cleaning services to sites throughout the County. This Framework will be utilised by all departments of the Council including establishments such as Schools, fire stations, disused sites, day centers, libraries etc. It may also be used for works outside of the Council as requested by our partners and customers (this may be outside the geographical area of Hertfordshire in some cases). Please be aware the intention is to award this Framework to between 7 (seven) and 10 (ten) Contractors and this is therefore not your anticipated income should you be successful. It will carry with it no exclusivity or guarantees of works, but is expected to form the main Framework for the commissioning of Building Cleaning Services for the Council The estimated annual spend on the Framework for the Council is currently in the region of £8,000,000 per annum. If some or all the districts, boroughs and /or parish and town Councils join this Framework at a later stage, this figure may increase, therefore the advertised spend has allowed for this possibility. Full details of the requirement can be found in the Specification, Schedule 1 of the Framework document. Please note that TUPE does not apply to the Framework but will apply to Call-Off Contracts. In February 2025 the UK Government formally invited Hertfordshire County Council (the ”Council”) and the various district and borough Councils of Hertfordshire (see attached - District and borough councils | Hertfordshire County Council) to develop proposals for local government reorganisation in Hertfordshire which is likely to result in the current two-tier system of local government being reorganised into a single tier of local government with one or more unitary councils for the whole of the Hertfordshire area. If implemented, local government reorganisation is currently expected to take effect in April 2028 and, on that date, the existing two-tier councils will be dissolved and replaced by one or more new unitary authorities. Existing contracts held by the Council and the district and borough Councils of Hertfordshire are expected to transfer to their successor authorities on vesting day in accordance with the Local Government and Public Involvement in Health Act 2007 and the Local Government (Structural Changes) (Transfer of Functions, Property, Rights and Liabilities) Regulations 2008. These reforms will be subject to a decision of the Secretary of State and could be subject to change at any time. As these reforms may occur during the term of this contract and result in changes to the form, structure, size and shape of local government in Hertfordshire, they are a known risk to the Council within the meaning of paragraph 6, Schedule 8 of the Procurement Act 2023 (Act) in that the reforms could jeopardise the satisfactory performance of the contract but because the nature and extent of the reforms are presently unknown, it is not possible to address the risks in the contract. If these risks materialise, the contract may need to be modified under paragraph 5 of Schedule 8 of the Act. Such modification could include, but not be limited to, the need to replace the contracting authority with a successor public authority and/or vary the structure, scope, nature and/or geographical location/boundary within which the contract is delivered. Tenderers should note that any variation(s) to the terms and conditions of the contract will be made in accordance with its terms.
£80,000,000
Contract value
This procurement is being conducted as an Open Procedure in accordance with Section 20 of the Procurement Act 2023. Hertfordshire County Council ("the Authority") and The Procurement Partnership Ltd ("TPPL"), acting as the Agent, invite tenders for participation in a 48‑month Closed Framework Agreement (pursuant to Section 45 of the Act) for the supply of Fleet Management Services and Supplies ("Fleet Goods and Services"). The Framework is structured into five Lots, each containing a defined set of packages that specify the core and optional service elements available to Contracting Authorities. The package system provides a consistent, modular structure for Call‑Off Contracts, while still allowing Contracting Authorities to run Competitive Selection Processes where appropriate. Hertfordshire County Council is a Centralised Procurement Authority for the purposes of the Act. The Framework is available for use by Contracting Authorities throughout the United Kingdom, including but not limited to: Local Authorities and Combined Authorities Registered Providers of Social Housing NHS Bodies and Health Trusts Educational Institutions (Schools, Colleges, Universities, Academies) Emergency Services (Police, Fire, Ambulance, Coastguard) Registered Charities Non‑Departmental Public Bodies Central Government Departments and Executive Agencies Other public sector bodies as defined in Section 2 of the Procurement Act 2023 The Framework may also be accessed by other Centralised Procurement Authorities acting on behalf of the above entities. TPPL is acting as the Agent for the purposes of this procurement and the ongoing management of the Framework. This includes, but is not limited to: administration of the tender process, evaluation of submissions, Framework management, delivery of Competitive Selection Processes, support with awards without reopening competition (where permitted), and collection of Framework Fees. The Framework comprises the following Lots: 1. Fleet Management Services 2. Tyres and Ancillary Services 3. Fuel Cards 4. Vehicle and Equipment Disposal 5. Fleet Management Software Suppliers appointed to the Framework will be required to deliver the relevant goods and services in accordance with the specifications set out in the procurement documents. Delivery may be national or regional depending on the Lot and the requirements of individual Contracting Authorities. Call‑Off Contracts may be awarded without reopening competition (typically using the package system) or through Competitive Selection Processes, ensuring flexibility while maintaining consistency of service standards and statutory compliance.
£150,000,000
Contract value
Hertfordshire County Council is currently out to procurement for the Provision of a Framework for Structural Maintenance and Resurfacing Treatments The Structural Maintenance and Resurfacing Treatment (SMART) Framework is due to expire on 30 September 2026. The Framework covers the following scope and objectives for the Client: • Maximise the outcomes for its customers, from the funds available to the Client, whilst holding the Client and its Highways Service providers accountable for effectiveness and efficiency. • Develop and implement transport strategies in support of the Local Transport Plan and other Client policy objectives. • Support Elected Members to take decisions, within the overall policy framework, which affect their local area, and to implement them. • Ensure that the customer journey is simple, efficient and effective. • Ensure that everyone within the Highways Service understands and adheres to the Client's policies, strategies, standards and protocols. • Carry out works that are related to either safety or asset protection, and to plan work in technically derived programmes for maximum effectiveness and efficiency. • Carry out work using the most efficient methods available to implement local member decisions. • Arrange for Highway Services to be delivered by lean and effective methods. • Have straightforward relationships with local Members/Divisions and with stakeholders such as District Councils across all strategic transport areas. This is a Framework, within which, call offs will be issued based on the NEC4 ECC form of Contract. The Client wishes to undertake a core programme of structural maintenance surfacing works over a four year period at various locations throughout the County of Hertfordshire. The Framework is split into the following 5 Lots: Lot 1 Carriageway Resurfacing - A Roads and Local Roads Lot 2 Surface Dressing Lot 3 Carriageway Microsurfacing and Preparation Lot 4 Footway Microsurfacing Lot 5 Footway Reconstruction (including Drainage and General Civils) Please refer to the tender documents for full details. This procurement is an open process. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system. To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 3rd June 2026 Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Framework formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
£127,200,000
Contract value
Hertfordshire County Council (the authority) is establishing a Dynamic Purchasing System (the DPS) for the provision of Local Bus and School Coach Transport Services. PLEASE NOTE: This does not cover Taxi Services Please ignore the start and end dates the DPS will commence on the 1st December 2022 and will expire on the 30th November 2027 unless extended at the sole discretion of the Council The DPS will be established and operate in accordance with Regulation 34 of The Public Contracts Regulations 2015 (the Regulations). The authority has published a contract notice in FTS and Potential Suppliers are now invited to express an interest in joining the DPS. Firstly, organisations apply by completing the Council's Supplier Questionnaire (SQ). Organisations which satisfy the pre-determined selection criteria will then be admitted to the DPS. Individual Orders throughout the duration of the DPS will be awarded via competition during the second stage. Organisations admitted to the DPS should note they won't be invited to tender for competition(s) until they have signed the DPS Agreement which will be done electronically via Docusign. The DPS has been split in to 3 Category's as per the below and Suppliers are invited to bid for 1, more or all of the Category's listed. Category 1 - Registered Local Bus Services Category 2 - Contracted Education Bus, Coach or PCV Minibus Services Contracted Home to School Transport Services, used solely for the purpose of transporting students to schools and colleges. Drivers and Passenger Assistants working in this category will be required to undertake an Enhanced-level DBS with barred list check prior to commencement in their role. This must be arranged through the Councils umbrella body. Contact details for the Council DBS Officer will be shared with Operators so that they can make arrangements. The Integrated Transport Unit (ITU) plans and manages transport arrangements to schools, colleges, day services and other destinations on behalf of the Council's Children's Services (CS) & Adult Care Services (ACS) Departments. The Admissions & Transport team in CS provides home to school transport for pupils who meet the criteria set out in the Council's Home to School Transport Policy. Category 3 - Demand-Responsive Transport A form of shared transport for individuals or groups travelling where vehicles alter their journey based on demand without using a fixed route or timetables journeys. These vehicles typically pick-up and drop-off passengers in locations according to passenger's needs. In order to apply organisations must follow the steps laid out below; Step 1 - log in or register at https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Step 2 - Find the project and click on View Details Step 3 - Click on Express Interest Step 4 - If you are intending to bid click 'Opt In' if you aren't intending to bid click 'O... Additional information: Hertfordshire County Council (the authority) is establishing a Dynamic Purchasing System (the DPS) for the provision of Local Bus and School Coach Transport Services. PLEASE NOTE: This does not cover Taxi Services Please ignore the start and end dates the DPS will commence on the 1st December 2022 and will expire on the 30th November 2027 unless extended at the sole discretion of the Council The DPS will be established and operate in accordance with Regulation 34 of The Public Contracts Regulations 2015 (the Regulations). The authority has published a contract notice in FTS and Potential Suppliers are now invited to express an interest in joining the DPS. Firstly, organisations apply by completing the Council's Supplier Questionnaire (SQ). Organisations which satisfy the pre-determined selection criteria will then be admitted to the DPS. Individual Orders throughout the duration of the DPS will be awarded via competition during the second stage. Organisations admitted to the DPS should note they won't be invited to tender for competition(s) until they have signed the DPS Agreement which will be done electronically via Docusign. The DPS has been split in to 3 Category's as per the below and Suppliers are invited to bid for 1, more or all of the Category's listed. Category 1 - Registered Local Bus Services Category 2 - Contracted Education Bus, Coach or PCV Minibus Services Contracted Home to School Transport Services, used solely for the purpose of transporting students to schools and colleges. Drivers and Passenger Assistants working in this category will be required to undertake an Enhanced-level DBS with barred list check prior to commencement in their role. This must be arranged through the Councils umbrella body. Contact details for the Council DBS Officer will be shared with Operators so that they can make arrangements. The Integrated Transport Unit (ITU) plans and manages transport arrangements to schools, colleges, day services and other destinations on behalf of the Council's Children's Services (CS) & Adult Care Services (ACS) Departments. The Admissions & Transport team in CS provides home to school transport for pupils who meet the criteria set out in the Council's Home to School Transport Policy. Category 3 - Demand-Responsive Transport A form of shared transport for individuals or groups travelling where vehicles alter their journey based on demand without using a fixed route or timetables journeys. These vehicles typically pick-up and drop-off passengers in locations according to passenger's needs. In order to apply organisations must follow the steps laid out below; Step 1 - log in or register at https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Step 2 - Find the project and click on View Details Step 3 - Click on Express Interest Step 4 - If you are intending to bid click 'Opt In' if you aren't intending to bid click 'Opt Out' Step 5 - Download and fully complete all of the relevant documentation and upload your submission by 12 noon on 7th October 2022. Please ensure you allow plenty of time prior to the closing date to do this. If you experience any system problems please contact In-Tend directly on: +44 (0)114 407 0065 If you have any questions relating to service delivery or the tender documents please send these via the correspondence area in In-Tend Is a Recurrent Procurement Type? : No
From £40,000,000
Contract value