Loading page content…
Loading page content…
Loading contract search results…
50 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
The provision of community outreach support for victims of domestic abuse, and their children, where they are assessed as being at standard or medium risk of harm. Five 'double-district' Lots as explained further in II.2.4 below are being procured to ensure the diverse needs of the victims and survivors living in these areas can be met through the provision of a tailored service in each double-district. This procurement has now concluded with Lots awarded as detailed below: Lot 2 - East Herts and Broxbourne was awarded to Safer Places Lot 3 - Welwyn-Hatfield and Hertsmere was awarded to Safer Places Lot 4 - Watford and Three Rivers was awarded to Herts Mind Lot 5 - St Albans and Dacorum was awarded to SAHWR (Survivors Against Domestic Abuse) Please note that the start dates entered are not a true of the actual contract start date Note: Lot 1 - for North Hertfordshire and Stevenage was not awarded. A single submission was made for this Lot 1 and the Supplier failed at the mandatory Pass/Fail stage. Additional information: This procurement has now concluded with Lots awarded as detailed below: Lot 2 - East Herts and Broxbourne was awarded to Safer Places Lot 3 - Welwyn-Hatfield and Hertsmere was awarded to Safer Places Lot 4 - Watford and Three Rivers was awarded to Herts Mind Lot 5 - St Albans and Dacorum was awarded to SAHWR (Survivors Against Domestic Abuse) Note: Lot 1 - for North Hertfordshire and Stevenage was not awarded. A single submission was made for this Lot 1 and the Supplier failed at the mandatory Pass/Fail stage. Is a Recurrent Procurement Type? : No
£1,327,080
Contract value
Hertfordshire County Council (the 'Council') went out to procurement for the provision of the Herts Help Information and Advice telephone service and Welfare Assistance triage service, and also the Welfare Assistance Financial advice service which is part of the Hertfordshire Welfare Assistance service. This Procurement is now awarded as follows: Lot No: 1 Title: Lot 1 - Herts Help Telephone Service and Welfare Assistance Scheme Sub-Contractor split: Stevenage Citizens Advice Bureau 51% Age UK Herts 49% Lot No: 2 Title: Lot 2 - Specialist Financial Advice to Prevent Crisis Lead Supplier Stevenage CAB, and whereas this is not exactly Sub-contracted the split between Citizens Advice Bureau areas as follows: Stevenage 23.83% Welwyn Hatfield 17.88% Broxbourne 7.80% Three Rivers 7.47% North Herts 7.38% Watford 7.36% Hertsmere 7.35% Dacorum 7.33% East Herts 6.43% St Albans 5.84% Additional information: This was a one stage procurement process, and has now been awarded. Is a Recurrent Procurement Type? : No
Value undisclosed
THIS CONTRACT IS NOW AWARDED: 2023/S 000-018563 TO PROVIDER: Avenues Management Services Limited Hertfordshire County Council (hereinafter referred to as the 'Council') wishes to establish a Framework Agreement for Supported Living at Forest Lane, Radlett on behalf of itself as well as the following participating parties: London Borough of Barnet North Central London Integrated Care Board North West London Integrated Care Board This will be for the delivery of support and care for residents situated at the Forest Lane sight as it transforms from a hospital service (SRS) to supported living. The Framework Agreement will be awarded to a Single Provider and may be accessed by the participating bodies to this procurement. The service is being developed and will be providing services for up to 16 people over up to 4 neighbouring bungalows. During an initial transition period the number of people being supported may vary between 12 and 18 and a future provider will need to offer flexibility around these numbers. The future provider is required to hold a C Q C registration for providing personal care and maintain that registration throughout the Contract Period. Further, the Service Providers must meet the 'Fundamental Standards' as set out in Part 3 of the Health and Social Care Act 2008 (Regulated Activities) Regulations 2014 (as amended) (the 'Fundamental Standards') and Part 4 of the Care Quality Commission (Registration) Regulations 2009 (as amended). Further a provider must evidence significant experience in the following areas: - Support and care for people with severe learning disabilities, physical disabilities, autism, complex needs, behavioural needs, mental health needs, additional health needs, for example epilepsy - Track record of service transformation and supporting people and their families through significant change, including support cultural change and redesign and refurbishment of premises - Offering personalised, outcome-based support - Enabling independent living and connecting people to their communities - Strong record of partnership work with placing authorities, families, health services, community groups, housing provider - Offering P B S support - Strong track record of successful recruitment, training, and retaining staff The estimated annual value of the Framework Agreement is from GBP 1,500,000.00 to GBP 3,334,000.00 The potential lifetime value would be from GBP13,500,000.00 to GBP30,000,000.00 The Framework Agreement will be awarded for an initial period of Five (5) years with the option to extend for a further Two (2) years plus Two (2) years. Therefore, the maximum duration of this Framework Agreement could be Nine (9) years. Unless terminated in accordance with the provisions of the Framework Agreement. Please note that the requirements of the Framework Agreement will be sub... Additional information: Hertfordshire County Council (the 'Council') wishes to establish a Framework Agreement for Supported Living at Forest Lane, Radlett . Further information in regard to this opportunity can be found in II.2.4) Description of the procurement field of the Contract Notice Organisations wishing to take part in this project are invited to 'express interest' which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information in the Contract Notice. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above. Delivery Notes Award No 2023/S 000-018563 Is a Recurrent Procurement Type? : No
From £13,500,000
Contract value
Hertfordshire County Council is currently out to procurement for the Provision of Extra Care Services. This procurement is an Open (one stage process). Organisations wishing to take part in this project are invited to 'express interest' 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 12:00 Noon on 19.07.2023. Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. 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 Contract 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. The use of Lots has been considered for this procurement, but have not been used, as the Council requires an integrated and cohesive provision across the Service. To access this opportunity and for a full suite of tender documents please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home. Additional information: To access this opportunity and for a full suite of tender documents please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home. Is a Recurrent Procurement Type? : No
£2,300,000
Contract value
THIS FRAMEWORK IS NOW AWARDED TO THE FOLOWING SUPPLIERS: Albion Chairs Limited Unique Office Solutions Limited Office Update Ltd Emergent Crown Contract Office Furnishings Ltd Combined Office Interiors Ltd Bates Office Services Ltd Millar West Ltd Wagstaff Bros, Limited Posturite Limited John Pulsford Associates Ltd Flexiform Business Furniture Limited Interior Options Limited Verco Office Furniture Limited CCFI- Complete Contract Furniture Installations Dams Furniture Limited REF: 2023/S 000-020744 The Contracting Authority, acting on behalf of the Participating Authorities is leading on the procurement process to establish a Framework Agreement for The Supply of Office and Commercial Furniture (herein after referred to as 'Goods') to Customers in various locations throughout the United Kingdom including: Offices, schools, colleges, universities, libraries, fire stations, police stations, hospitals, recreation centres, day centres and all other public sector establishments. The Contracting Authority is seeking suitably qualified Contractors to supply the Goods and any related Services under any Agreement resulting from this tendering exercise. Details of the Goods required under this Agreement are given in the separate excel spreadsheet titled HCC2214198 - Pricing Schedule. The requirement is for both conventional and modern office furniture that will be used to adapt to the changing way in which employees now work and tenderers are expected to offer solutions to the changing working environment. It is a requirement that the successful contractor(s) will not only supply the Goods but assemble, install, and place in position on site in an area agreed with the Customer. Delivery must be free of charge to all Customers, unless otherwise agreed with the Customer, for example, if the delivery was urgent and required for the following day. Delivery must be pre-booked with the Customer giving a minimum of 24 hours' notice and arranged to fit in with the requirements and working hours of the Customer. The Customer must not help with the offloading of Goods or removal of the packaging. Deliveries must be fully installed and assembled in situ anywhere as required in the Customer's site. Herts FullStop reserve the right to market and supply Office and Commercial furniture under its own brand for advertisement in its catalogue, website or associated publications. The requirement is for the Contractor to provide marketing literature and support to facilitate this It is expected that the majority of the requirement will be for the items listed in HCC2214198 - Pricing Schedule. However, there will also be occasions when the Customers will require other items not included in the list of standard requirements and any additional items required should be priced at the discounted rates offered. The Goods required under this Framework Agre... Additional information: Hertfordshire County Council (the 'Council') is currently out to procurement for the provision of a Framework Agreement for the supply of office and commercial furniture. Further information in regard to this opportunity can be found in II.2.4) Description of the procurement field in the Contract Notice Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-tendering system. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above. Is a Recurrent Procurement Type? : No
From £2,000,000
Contract value
Hertfordshire County Council (the "Council") is carrying out Pre-Procurement Market Engagement ("PPME") for the provision of User Voice The Council is seeking input from the market as to what might be the most attractive way of packaging and scoping any future opportunity for contracts. This input will help inform any resultant procurement process. The Council will consider the feedback received to help inform the Council's options and further decision making. For the avoidance of doubt, this stage of the project is not part of a formal procurement process, and the Council is not committing, at this stage, to carrying out such a process. Participation or non-participation in the PPME shall not prevent any supplier participating in a potential future procurement, nor is it intended that any information supplied as part of the PPME shall place any supplier at an advantage in a potential procurement process. Participation in the PPME will be at each organisation's own cost. No expense in responding to this PPME will be reimbursed by the Council. Further information can be found within the attached documentation. You are invited to submit a completed questionnaire by 12 noon on 1st August 2023 Please log in or register at https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Additional information: Hertfordshire County Council (the "Council") is carrying out Pre-Procurement Market Engagement ("PPME") for the provision of User Voice The Council is seeking input from the market as to what might be the most attractive way of packaging and scoping any future opportunity for contracts. This input will help inform any resultant procurement process. The Council will consider the feedback received to help inform the Council's options and further decision making. For the avoidance of doubt, this stage of the project is not part of a formal procurement process, and the Council is not committing, at this stage, to carrying out such a process. Participation or non-participation in the PPME shall not prevent any supplier participating in a potential future procurement, nor is it intended that any information supplied as part of the PPME shall place any supplier at an advantage in a potential procurement process. Participation in the PPME will be at each organisation's own cost. No expense in responding to this PPME will be reimbursed by the Council. Further information can be found within the attached documentation. You are invited to submit a completed questionnaire by 12 noon on 1st August 2023 Please log in or register at https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Is a Recurrent Procurement Type? : No
Value undisclosed
Hertfordshire County Council, as the Contracting Authority, is out to procurement to establish a Framework Agreement for the supply and delivery of Sports and Leisure Equipment. This Framework Agreement will be split into the following Lots: 1. Swimming (Generic) 2. Sports Accessories (Generic) 3. Netball (Generic) 4. Netball (Branded) 5. Tennis (Generic) 6. Rounders (Generic) 7. Rugby (Generic) 8. Rugby (Branded) 9. Football (Generic) 10. Football (Branded) 11. Table Tennis (Generic) 12. Table Tennis (Branded) 13. Badminton (Generic) 14. Badminton (Branded) 15. Play Balls and Playground (Generic) This procurement is an Open (one stage process). Organisations wishing to take part in this project are invited to 'express interest' 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 12:00 Noon on 11.08.2023. Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. 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 Supplies provided, any Framework Agreement 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. To access this opportunity and for a full suite of tender documents please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home. Additional information: To access this opportunity and for a full suite of tender documents please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home. Is a Recurrent Procurement Type? : No
Value undisclosed
Hertfordshire County Council (the 'Council') is carrying out PPME in relation to Dementia Community Support. The Council is seeking advice and opinions from the market to help with the decision-making process ahead of the forthcoming procurement of these services. The Council will consider any feedback received to help inform the Council's options and further decision making. For the avoidance of doubt, this stage of the project is not part of a formal procurement process and the Council is not committing, at this stage, to carrying out such a process. Further details are in the PPME document, including an overview of the requirement, questionnaire to be completed and returned and details of the Open Day (PPME Workshop). Participation in the PPME will be at each organisation's own cost. No expense in responding to this PPME will be reimbursed by the Council. If you are experiencing problems with Supply Hertfordshire, In-Tend (which hosts the Supply Hertfordshire eTendering system) offer a help section which includes a dedicated UK Support Desk which can be contacted via email support@in-tend.co.uk or telephone +44 (0)114 407 0065 for any website / technical questions Monday to Friday 8:30am - 5:00pm. Additional information: To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Please note this is Pre-Procurement Market Engagement (PPME). Is a Recurrent Procurement Type? : Yes
Value undisclosed
Hertfordshire County Council is currently out to procurement for the Provision of Facilities for the Treatment of Green Garden Waste from Recycling Centres in Hertfordshire The Council is seeking to enter into a contractual arrangement with a Contractor/Contractors to provide management of Contract Material arising at the Recycling Centres in the Council Area, such that the Contract Material is re-used, recycled, or recovered to the greatest extent possible. This Contract has been broken into the following Lots and tenderers must apply for all Lots Lot Number Lot Title Lot 1 Hoddesdon Lot 2 Turnford Lot 3 Berkhamsted Lot 4 Hemel Hempstead Lot 5 Bishop's Stortford Lot 6 Ware Lot 7 Elstree Lot 8 Potters Bar Lot 9 Letchworth Lot 10 Royston Lot 11 St. Albans Lot 12 Harpenden Lot 13 Stevenage Lot 14 Rickmansworth Lot 15 Waterdale Lot 16 Welwyn Garden City 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 9th October 2023 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 Contract 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 Additional information: Hertfordshire County Council is currently out to procurement for the Provision of Facilities for the Treatment of Green Garden Waste from Recycling Centres in Hertfordshire The Council is seeking to enter into a contractual arrangement with a Contractor/Contractors to provide management of Contract Material arising at the Recycling Centres in the Council Area, such that the Contract Material is re-used, recycled, or recovered to the greatest extent possible. This Contract has been broken into the following Lots and tenderers can apply for 1 or more or all Lots. Lot Number Lot Title Lot 1 Hoddesdon Lot 2 Turnford Lot 3 Berkhamsted Lot 4 Hemel Hempstead Lot 5 Bishop's Stortford Lot 6 Ware Lot 7 Elstree Lot 8 Potters Bar Lot 9 Letchworth Lot 10 Royston Lot 11 St. Albans Lot 12 Harpenden Lot 13 Stevenage Lot 14 Rickmansworth Lot 15 Waterdale Lot 16 Welwyn Garden City 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 9th October 2023 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 Contract 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 Delivery Notes Option to extend for up to two (2) further years Is a Recurrent Procurement Type? : No
From £804,003
Contract value
Hertfordshire County Council (the 'Council') are currently out to procurement for the commissioning of the Hospital and Community Navigation Service (HCNS) the countywide face to face social prescribing service in Hertfordshire. Additional information: To access this procurement opportunity please visit Supply Hertfordshire Electronic Tendering Site - Home (in-tendhost.co.uk) and follow the on-screen guidance. Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-tendering system. Is a Recurrent Procurement Type? : No
£8,813,780
Contract value
Hertfordshire County Council ('the Council') wishes to invite interested Providers to return the PPME Appendix A- Supplier Questionnaire by 12.00 (noon) Friday 20th October 2023. The Council will consider the input and responses received as part of its PPME to help inform the Council's options and further decision making regarding the below intended project and to help inform its specification. Project Background The work of Hertfordshire's Public Health Service underpins the health and wellbeing of residents and the County Council's Corporate Plan. Public Health has responsibilities in several areas that play a significant role in the Hertfordshire Health and Wellbeing Strategy and the Hertfordshire and West Essex Integrated Care Strategy. Recently, Public Health have committed to developing improvements to its health and well-being offer to better align to the needs of individuals with multiple and complex unhealthy behaviours. Some key principles such as proportional universalism, integration, holistic and person-centred are important features. Building on the success of the Hertfordshire Health Improvement Service, the newly developed integrated tiered health and wellbeing model will incorporate a universal digital prevention and early help offer (self-help resources and supported signposting) and health coaching to help and motivate individuals to address unhealthy behaviours and improve and maintain a healthy lifestyle. The model has been developed following extensive research, including a Joint Strategic Needs Assessment, and stakeholder engagement with residents and professionals on the barriers they face accessing health and wellbeing services, and what needs to be improved to overcome these barriers. The Integrated Health and Wellbeing model will include a number of elements. This includes: A website, workforce training, health coaching and a Digital Triage Tool ( a holistic assessment tool which can be self-completed or with a professional to provide tailored results to signpost/refer to services and/or self-help resources. The detailed requirement is provided in P P M E document. Second stage triage: phone call to determine an individual's risk - tier based on their health behaviour risk and their ability and motivation to change. Work). This PPME focuses on the Digital Triage Tool. Current Position and Scope Significant work has been undertaken to develop the triage tool to date. A co-production group has been established and has compiled the user needs (detailed in the P P M E Document). These user needs set out what is in scope for the digital triage tool. Out of scope is children and medical health and wellbeing triage. Wireframed prototypes of the tool are currently under development, based on the work of a co-production group and consultation with end users. Therefore we do not expect research for user needs to be extensive, however, making ... Additional information: To access the PPME documentation please visit www.supplyhertfordshire.uk and follow the on-screen guidance. If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00. Is a Recurrent Procurement Type? : No
Value undisclosed
Hertfordshire County Council (the 'Council') are currently out to procurement and leading on the procurement process to establish a Framework Agreement for the supply of Exercise books and Exercise Paper (hereinafter referred to as "Goods") and is seeking suitably qualified Contractor(s) to supply the Goods under any Agreement resulting from this tendering exercise. A list of the Goods required is given in the Specification (Schedule 1). You are invited to submit your tender for these Goods. Additional information: Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-tendering system. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above. Is a Recurrent Procurement Type? : No
£10,000,000
Contract value
THIS PROJECT HAS NOW BEEN AWARDED TO: MOTOROLA SOLUTIONS UK LIMITED AWARD: 2023/S 000-035325 Hertfordshire County Council (hereinafter referred to as the 'Council') is seeking to procure a resilient, futureproofed mobilising solution to the Fire Control Collaboration which enables Fire and Rescue services to provide a high-quality response individually and collectively to incidents protecting lives and property. This solution should also be responsive to emerging technologies and act as a driver to continued service improvement. Background The Fire Control Collaboration (F C C) is a partnership of two Fire and Rescue Services ( Hertfordshire and Norfolk) which has been established to deliver a technologically advanced and resilient control room function across the partner services and provide the opportunity for efficiencies. There are currently two member organisations: - Hertfordshire Fire and Rescue Service - covers the full county of Hertfordshire. The Service Headquarters is located in Hertford whilst the Training Fire Control Centre is located in Stevenage. It is administered by a Fire Authority which is an internal part of Hertfordshire County Council. - Norfolk Fire and Rescue Service - falls under Norfolk County Council and covers the full county of Norfolk with a Headquarters in Wymondham The Partnership currently functions as follows: - A common technical and communications infrastructure, (including supporting software solutions) - A common rationalised mobilising system architecture split over two resilient data centres, utilising a single mobilising system, supporting the two Fire and Rescue Services (F R S) - Fall-back/remote buddying/resilience arrangements - A Control Room mobilising capability within each F R S to support Service specific 'in-scope' activity and command support - An enabling framework for common Control Room operating procedures and ways of working to support future mobilising and in-scope activity collaboration - An enabling framework for opportunities for future convergence of operational practices and 'back office' applications. The potential lifetime value of this contract would be GBP 4,050,000.00 The contract will be awarded for an initial period of Five (5) years with the option to extend for a further Three (3) years plus Three (3) years. Therefore, the maximum duration of this contract could be Nine (11) years. Unless terminated in accordance with the provisions of the terms and conditions of the contract. Please note that the requirements of the contract will be subject to available financial resources, supplier performance and flexibility to meet changing demands. Organisations should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice o... Additional information: Organisations wishing to take part in this project are invited to 'express interest' which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information in the Contract Notice. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above. Is a Recurrent Procurement Type? : No
£4,050,000
Contract value
Hertfordshire County Council are seeking quotations for the provision of behaviour change research and intervention plans to increase cycling uptake in Stevenage (based upon research findings and behavioural science evidence). Full details are in the documentation provided in your "My Tenders" area. Please allow sufficient time to make your return as late returns will not be permitted by the system. Any questions relating to this quotation should be made via correspondence on the website. Click this link to go to the portal: https://in-tendhost.co.uk/supplyhertfordshire Additional information: To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Is a Recurrent Procurement Type? : No
From £10,000
Contract value
Hertfordshire County Council is currently out to procurement for the Provision of Community Short Breaks for Disabled Children and Young People in Hertfordshire. This Framework Agreement is split into the following Lots: 1. Holiday Clubs 2. Activity Clubs 3. Buddying / Mentoring This procurement is an Open (one stage process). Organisations wishing to take part in this project are invited to 'express interest' 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 Bid by the deadline of 12:00 Noon on 19.12.2023. Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. 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 Agreement 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. To access this opportunity and for a full suite of tender documents please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home. Additional information: To access this opportunity and for a full suite of tender documents please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home. Is a Recurrent Procurement Type? : No
Value undisclosed
Hertfordshire County Council is currently out to procurement for the Provision of a Record Management Storage and Retrieval System. Hertfordshire County Council are looking for a Contractor to provide; 1. Storage for physical records 2. Electronic and Physical Retrieval of the above records 3. Secure destruction of the records when required 4. Collection of Confidential waste for destruction from various sites within Hertfordshire on request We expect the Contractor to have a number of years' experience in carrying out similar contracts 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 20th December 2023. 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 Contract 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 Additional information: Hertfordshire County Council is currently out to procurement for the Provision of a Record Management Storage and Retrieval System. Hertfordshire County Council are looking for a Contractor to provide; 1. Storage for physical records 2. Electronic and Physical Retrieval of the above records 3. Secure destruction of the records when required 4. Collection of Confidential waste for destruction from various sites within Hertfordshire on request We expect the Contractor to have a number of years' experience in carrying out similar contracts 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 20th December 2023. 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 Contract 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 Delivery Notes The Contract Period is a core period of five (5) years with the option to extend for up to two (2) further years, therefore the maximum term of any Contract to be awarded is seven (7) years. Is a Recurrent Procurement Type? : No
From £140,000
Contract value
Hertfordshire County Council (the 'Council') is carrying out PPME in relation to a market wide framework agreement for Supported Living Services. The Council will consider any feedback received to help inform the Council's options and further decision making. For the avoidance of doubt, this stage of the project is not part of a formal procurement process and the Council is not committing, at this stage, to carrying out such a process. Participation or non-participation in the PPME shall not prevent any provider participating in a potential future procurement, nor is it intended that any information supplied as part of the PPME shall place any provider at an advantage in a potential procurement process. Participation in the PPME will be at each organisation's own cost. No expense in responding to this PPME will be reimbursed by the Council. To access the PPME documentation please visit www.supplyhertfordshire.uk and follow the on-screen guidance. For the opportunity to provide feedback via a survey in preparation for the procurement until 5 September 2023. Information from the survey will inform the service modelling and the procurement approach. Any queries from the survey will be addressed at the Provider event. Link to survey: https://surveys.hertfordshire.gov.uk/s/PPMESupportedLivingService2023/ There is the option for organisations to attend a Provider Event on 12 September 2023. This will take place online. Please note that to be able to attend the event providers must sign up via the following link: https://us02web.zoom.us/webinar/register/WN_xQ7jpkIwT3-Z5p3ykLVw6A There will be the opportunity for providers to raise questions or provide feedback via Supply Hertfordshire for 10 days following the first event. There will also be a second Provider Event in early December, before the tender goes live. This will take place online. A date and time for this event will be confirmed and a link to sign up for this event will be published in due course. If you are experiencing problems with Supply Hertfordshire, In-Tend (which hosts the Supply Hertfordshire eTendering system) offer a help section which includes a dedicated UK Support Desk which can be contacted via email support@in-tend.co.uk or telephone +44 (0)114 407 0065 for any website / technical questions Monday to Friday 8:30am - 5:00pm. Additional information: To access the PPME documentation please visit www.supplyhertfordshire.uk and follow the on-screen guidance. For the opportunity to provide feedback via a survey in preparation for the procurement until 31 August 2023. Information from the survey will inform the service modelling and the procurement approach. Any queries from the survey will be addressed at the Provider event. Link to survey: https://surveys.hertfordshire.gov.uk/s/PPMESupportedLivingService2023/ There is the option for organisations to attend a Provider Event on 12 September 2023. This will take place online. Please note that to be able to attend the event providers must sign up via the following link: https://us02web.zoom.us/webinar/register/WN_xQ7jpkIwT3-Z5p3ykLVw6A There will be the opportunity for providers to raise questions or provide feedback via Supply Hertfordshire for 10 days following the first event. There will also be a second Provider Event in early December, before the tender goes live. This will take place online. A date and time for this event will be confirmed and a link to sign up for this event will be published in due course. If you are experiencing problems with Supply Hertfordshire, In-Tend (which hosts the Supply Hertfordshire eTendering system) offer a help section which includes a dedicated UK Support Desk which can be contacted via email support@in-tend.co.uk or telephone +44 (0)114 407 0065 for any website / technical questions Monday to Friday 8:30am - 5:00pm. Please note there is no contract start and end date at present as this is PPME and is yet to be decided, so please ignore the dates above. Is a Recurrent Procurement Type? : No
Value undisclosed
THIS CONTRACT HAS BEEN AWARDED TO: Allen Glenold Limited Artstraws Ltd BIC UK Ltd Bostik UK Ltd Bright Ideas Marketing Limited Budget Paper Supplies Ltd. Daler Rowney Ltd Debdale Glitters Ltd Eastpoint Global Ltd Edding UK Ltd Flipfile Ltd Grosvenor House Papers Limited Habico Limited Hainenko Ltd Henkel Ltd Higher Kings Mill Ltd Major Brushes Ltd Newell Brands UK Ltd Pentel (Stationery) Limited Rapesco Office Products PLC W M Sinclair And Sons (Stationers) Limited Slater Harrison & Co. Ltd Snopake Limited Texet Sales Ltd Victoria Grant Ltd West Design Products Ltd Wigston Paper Ltd REF: 2024/S 000-000925 The Contracting Authority, acting on behalf of the Participating Authorities is leading on the procurement process to establish a Framework Agreement for the Supply of Art and Craft Materials, Art Papers and Adhesives (herein after referred to as 'Goods'), and is seeking suitably qualified Contractor(s) to supply the Goods and any related services under any agreement resulting from this tendering exercise. Details of the Goods required under this Agreement are given in the separate excel spreadsheet HCC2314568-Pricing Schedule. The requirement is for delivery of the Goods in bulk drops to the Participating Authority's central stores. The method of delivery and palletisation will be as stated in Sections 10-13 of this specification. The requirement is split into four lots: - Lot 1: Craft Materials - Lot 2: Glitter, Sand and Sequins - Lot 3: Art Paper - Lot 4: Adhesives This tender will be awarded on a line-by-line basis, meaning there is no requirement to bid on every item listed on HCC2314568 - Pricing Schedule. It is the intention of the Contracting Authority to award each line to a maximum of three (3) contractors per line who scores the highest across the award criteria and weighting described in the Instructions to Tenderer's documentation. Orders will be placed to the first ranked contractor, In the event the first ranked contractor is unable to fulfil the order, the Council shall repeat this exercise with the next ranked contractor and shall continue in this way until the Council identifies a contractor to whom the order may be issued. Samples or Colour Swatches are required for this tender opportunity for all goods the contractor bids for; full details of this requirement are outlined in section 23 of this specification. The Council reserves the right to request further samples during the procurement process, such as evaluation stage, if required. Requests for samples will be made via the Supply Hertfordshire portal. Further samples may be requested by the Contracting Authority throughout the term of the Framework. Requests for further samples will be made via the Framework Contract Manager. The anticipated total annual joint expendit... Additional information: Is a Recurrent Procurement Type? : No
£8,772,000
Contract value
Hertfordshire County Council (the 'Council') are currently out to procurement for the commissioning of an integrated Adult Weight Management service which provides a single point of entry for patients who are eligible for Tier 2 and Tier 3 Adult Weight Management services across Hertfordshire. Additional information: Organisations wishing to take part in this project are invited to "express interest" which will give access to the full procurement documents in the e-tendering system. Is a Recurrent Procurement Type? : No
£3,892,497
Contract value
THIS CONTRACT IS NOW AWARDED THE CONTRACT WAS AWARDED TO: Parc Supplies Ltd ( Trading as Parc Global) Spire Building Services Ltd AWARD: 2024/S 000-014442 Please note that the contract start date detailed above is incorrect, due to technical issues. Please be advised that the actual start date is 26th February 2023. The Contracting Authority, acting on behalf of the Participating Authorities is leading on the procurement process to establish a Framework Agreement for The Supply of Mobile Air Purifying Units (herein after referred to as 'Goods') to Customers in various locations throughout the United Kingdom including: Offices, schools, colleges, universities, libraries, fire stations, police stations, hospitals, recreation centres, day centres and all other public sector establishments. The Contracting Authority is seeking suitably qualified Contractors to supply the Goods and any related Services under any Agreement resulting from this tendering exercise. Details of the Goods required under this Agreement are given in the separate excel spreadsheet titled HCC2315269 - Pricing Schedule. The requirement is for Compact high-performance air purifying mobile units developed for safe use in intensively occupied public spaces such as Schools and Children's settings. The Council wishes to procure units that will sufficiently impact on the indoor air quality of a classroom setting without requiring multiple units in each classroom. Further technical information may be found within Schedule One, paragraph 8 of the specification. Delivery of these Goods will be free of charge to all Customers. Award will be a Multiple Contractor Award - Awarding to a maximum of 3 contractors, successful contractors will be placed in rank order. This Framework Agreement will be open to all UK public sector organisations The estimated annual expenditure on Goods is circa GBP 100,000 Therefore the estimated total value of the Framework Agreement could be within the range of GBP 400,000 up to GBP 5,000,000 The Framework Agreement may be awarded for a period of up to Four (4) years unless terminated in accordance with the provisions of the Framework Agreement. Please note that the requirements of the Framework Agreement will be subject to available financial resources, supplier performance and flexibility to meet changing demands. In addition, there will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other Contracts and arrangements with other Suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement. Additional information: Is a Recurrent Procurement Type? : No
From £400,000
Contract value