Loading page content…
Loading page content…
Loading contract search results…
25 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
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
Hertfordshire County Council is out to procurement for The Provision of a Destination Management Service for Hertfordshire - Visit Herts. The requirement is to procure a delivery provider to deliver a Destination Management Service in Hertfordshire - Visit Herts. The service will operate to a mixed funding model and will have the remit of supporting Hertfordshire's Visitor Economy to stabilise and grow following the pandemic. Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party. Additional information: To access this opportunity please visit www.supplyhertfordshire.uk There is the option to extend this Contract for an additional 12 months. Is a Recurrent Procurement Type? : Yes
Value undisclosed
Hertfordshire County Council ('The Council') Adult Care Service have several transformational projects that are to be delivered over the coming years. The Council wishes to establish a Framework of specialist consultants with experience of delivering to support these projects. Examples are of such projects are: - Nursing care programme - delivery of up to 6 Care homes - Adults with Disabilities Programme - extensive homes re-provision programme across the County - Day Service Programme - our current provision requires updating or replacing. - Extra Care - need 1700 extra homes over 10 years. The aim is for exemplar buildings providing quality care fulfilling the relevant sustainability targets that the Council has signed up to The services required under this Framework Agreement have been divided into four Lots- each with specific requirements. You are invited to bid for one or more Lots. Full details for each Lot can be found in the separate Lot Description documents - Lot 1: Project Manager, Employer's Agent and Quantity Surveyor - Lot 2: Building Services Engineer Consultant - Lot 3: Structural and Civil Engineering Consultant - Lot 4: Architect and Lead Designer The estimated total value of the Framework Agreement is ?7,200,000 The Framework Agreement will be awarded for a period of 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 Service Providers 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: Hertfordshire County Council (the 'Council') is currently out to procurement for the provision of a Framework Agreement for the provision of consultancy services to support construction projects for adult care services. Further information in regard to this opportunity can be found in II.2.4) Description of the procurement field 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. 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
£7,200,000
Contract value
Hertfordshire County Council is currently out to procurement for the Provision of Recycling Centre Haulage and Container Maintenance 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 Bidder you must complete and submit a Bid by the deadline of 12:00 Noon on 1st July 2022 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 Contract is split into the following lots: Lot 1 Recycling Centre Haulage Lot 2 Container Maintenance Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times Additional information: Hertfordshire County Council is currently out to procurement for the Provision of Recycling Centre Haulage and Container Maintenance 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 Bidder you must complete and submit a Bid by the deadline of 12:00 Noon on 1st July 2022 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 Contract is split into the following lots: Lot 1 Recycling Centre Haulage Lot 2 Container Maintenance Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times To apply for this opportunity and to access the suite of documents please log in or register at https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Is a Recurrent Procurement Type? : No
From £18,000,000
Contract value
Hertfordshire County Council is currently out to procurement for the Provision of WEIR Removal and Riparian Works at Grange Paddocks The Contract requires removal of a weir in the River Stort at Grange Paddocks, upstream bank protection and ecological enhancements. Works are to be delivered between June - November 2023 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 Bidder you must complete and submit a Bid by the deadline of 12:00 Noon on 28th November 2022 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. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. Please log in or register at https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Additional information: Hertfordshire County Council is currently out to procurement for the Provision of WEIR Removal and Riparian Works at Grange Paddocks The Contract requires removal of a weir in the River Stort at Grange Paddocks, upstream bank protection and ecological enhancements. Works are to be delivered between June - November 2023. 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 Bidder you must complete and submit a Bid by the deadline of 12:00 Noon on 28th November 2022 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. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. Please log in or register at https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Is a Recurrent Procurement Type? : No
Value undisclosed
The LEPs current consultancy framework has been in place since 2018. Following the National LEP review, publication in the Levelling Up White Paper and changes in the way LEPs are funding, our requirements have changed and the new consultancy framework is now required to reflect the changes in priorities for the LEP. The framework will be split into three lots as outlined below and we are looking to appoint a single Contractor to each individual Lot. Lot 1 Economic Development Strategy and Economic Research Lot 2 Project Development and Feasibility Lot 3 Project Appraisal, Monitoring and Evaluation 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 Bidder you must complete and submit a Bid by the deadline of 12:00 Noon on 9th December 2022 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. 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: The LEPs current consultancy framework has been in place since 2018. Following the National LEP review, publication in the Levelling Up White Paper and changes in the way LEPs are funding, our requirements have changed and the new consultancy framework is now required to reflect the changes in priorities for the LEP. The framework will be split into three lots as outlined below and we are looking to appoint a single Contractor to each individual Lot. Lot 1 Economic Development Strategy and Economic Research Lot 2 Project Development and Feasibility Lot 3 Project Appraisal, Monitoring and Evaluation 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 Bidder you must complete and submit a Bid by the deadline of 12:00 Noon on 9th December 2022 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. 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 2 further years Is a Recurrent Procurement Type? : No
From £375,000
Contract value
A need has arisen to introduce additional 37 cubic yard open containers to the network to alleviate current pressures on haulage. The addition of new containers will also coincide with the opening of the new Tewin Road, Welwyn Garden City Recycling Centre, whereby we require the supply of 15 cu yard heavy duty swagged sided hooklift open containers and 40 cu yard heavy duty closed top containers Hertfordshire County Council (hereinafter referred to as the 'Council') therefore, wishes to establish a Framework Agreement for the supply of the containers (hereinafter referred to as 'Goods') and is seeking a suitably qualified Contractors 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. The Goods required under this Framework Agreement have been split into the following Lots: Lot 1: 37 x 40 CU Yard Heavy Duty Hooklift Open Containers Lot 2: 6 x 15 CU Yard Heavy Duty Swaged Sided Hooklift Open Containers Lot 3: 2 x 40 CU Yard Enclosed Hooklift Roll On/Off Container Tenderers will be permitted to Bid for all Lots. Though there is no requirement to bid for each individual Lot. One Supplier (only) will be awarded to each individual Lot. Note to tenderers: Delivery of 17 out of the total required number of 40 cu yard heavy duty hooklift open containers along with the 2 x 15 cu yard heavy duty swagged sided hooklift open containers and the 6 x 40 cu yard heavy duty closed top containers must be received by 17th March 2023. The remaining 20 40 cu yard heavy duty hooklift open containers must be delivered by 28th April 2023. Part delivery throughout February, March and April is acceptable, provided the dates above are met. The estimated total value of the Framework Agreement is up to a maximum of GBP 500,000.00 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: Hertfordshire County Council (the 'Council') is currently out to procurement for the provision of a Framework Agreement for the supply of Steel Waste Containers . Further information in regard to this opportunity can be found in II.2.4) Description of the procurement field 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. 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
£500,000
Contract value
The Hertfordshire Local Enterprise Partnership (LEP) wants to commission a provider to deliver 'Get Enterprising - The Hertfordshire Start-Up Programme', which is a targeted programme of support to residents and entrepreneurs in Hertfordshire to help them to start a business in the county, whilst also providing continued support to early stage businesses (up to 5 years from business registration) to assist them to become resilient and to provide the foundations for onward growth. 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 Bidder you must complete and submit a Bid by the deadline of 12:00 Noon on 19th December 2022 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. 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 Please Note: the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information must be protected as personal data in accordance with the requirements of - Data Protection legislation and must also be kept confidential. By clicking on the View Details button and accessing the documentation for this procurement, Tenderers agree: a) To undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party. b) That under no circumstances will any of the information be disclosed by your organisation or your personnel to any third party without the Council's prior consent in writing. c) That the information supplied will be stored securely and destroyed or returned to the Council, after your Organisation's bid has been submitted or you decide not to proceed with a tender submission. d) That you will indemnify the Council for any losses, arising from your breach or breach by any of your personnel of these confidentiality requirements specified above and data protection requirements in relation to TUPE... Additional information: The Hertfordshire Local Enterprise Partnership (LEP) wants to commission a provider to deliver 'Get Enterprising - The Hertfordshire Start-Up Programme', which is a targeted programme of support to residents and entrepreneurs in Hertfordshire to help them to start a business in the county, whilst also providing continued support to early stage businesses (up to 5 years from business registration) to assist them to become resilient and to provide the foundations for onward growth. 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 Bidder you must complete and submit a Bid by the deadline of 12:00 Noon on 19th December 2022 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. 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 Please Note: the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information must be protected as personal data in accordance with the requirements of - Data Protection legislation and must also be kept confidential. By clicking on the View Details button and accessing the documentation for this procurement, Tenderers agree: a) To undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party. b) That under no circumstances will any of the information be disclosed by your organisation or your personnel to any third party without the Council's prior consent in writing. c) That the information supplied will be stored securely and destroyed or returned to the Council, after your Organisation's bid has been submitted or you decide not to proceed with a tender submission. d) That you will indemnify the Council for any losses, arising from your breach or breach by any of your personnel of these confidentiality requirements specified above and data protection requirements in relation to TUPE Employee Liability Information. e) The requirements above apply whether the supplier uploads a tender response to this procurement or not. Is a Recurrent Procurement Type? : No
From £200,000
Contract value
Hertfordshire County Council (the "Council") is carrying out Pre-Procurement Market Engagement ("PPME") for the provision of Transport Infrastructure and Planning Services 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 10th February 2023 Additional information: Hertfordshire County Council (the "Council") is carrying out Pre-Procurement Market Engagement ("PPME") for the provision of Transport Infrastructure and Planning Services 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 10th February 2023 Please Note: the proposed Framework start and end dates are only indicative for the purposes of this publication but could be subject to change Is a Recurrent Procurement Type? : No
Value undisclosed
Hertfordshire County Council (the "Council") is carrying out Pre-Procurement Market Engagement ("PPME") for the provision of Organic Waste Treatment/Composting from 2024 and 2025 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 17th February 2023 Additional information: Hertfordshire County Council (the "Council") is carrying out Pre-Procurement Market Engagement ("PPME") for the provision of Organic Waste Treatment/Composting from 2024 and 2025 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 17th February 2023 Please ignore the contract start and end dates and refer to the PPME documentation Is a Recurrent Procurement Type? : No
Value undisclosed
Hertfordshire County Council (the "Council") is carrying out Pre-Procurement Market Engagement ("PPME") for the provision of an Operational Contract for Waste Transfer Stations and Haulage 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 2nd March 2023 Additional information: Hertfordshire County Council (the "Council") is carrying out Pre-Procurement Market Engagement ("PPME") for the provision of an Operational Contract for Waste Transfer Stations and Haulage 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 2nd March 2023 Please log in to https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home to access the PPME documentation Is a Recurrent Procurement Type? : No
Value undisclosed
Hertfordshire County Council is currently out to procurement for Camera Enforcement Services for Bus Lane and Moving Traffic Contraventions The highway network provides one of the most important and valuable public facilities for Hertfordshire and it is continuously occupied for place, movement and asset management purposes. The competing and sometimes conflicting demands for use of the highway far outstrips its capacity and, therefore the network needs to be managed actively. In some cases, pro-active enforcement will be necessary to ensure that the local traffic management objectives are achieved. The Council is looking to undertake camera enforcement of bus lanes, bus gates and other moving traffic offences from early 2023. The necessary powers for unattended camera enforcement of bus lanes and gates were obtained in 2007 but enforcement is not currently undertaken. The Council is preparing to seek powers under Part 6 of the Traffic Management Act (2004) for the civil enforcement of other moving traffic offences To support this ambition the Council wants to procure an optimum service from a single end-to-end provider through a four-year contract, extendable to seven years. 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 21st April 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. The use of Lots has been considered for this procurement, but have not been used, because the Council requires an end to end' holistic service from a single supplier, who will manage the internal interfaces or the supply chain themselves. 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 Camera Enforcement Services for Bus Lane and Moving Traffic Contraventions The highway network provides one of the most important and valuable public facilities for Hertfordshire and it is continuously occupied for place, movement and asset management purposes. The competing and sometimes conflicting demands for use of the highway far outstrips its capacity and, therefore the network needs to be managed actively. In some cases, pro-active enforcement will be necessary to ensure that the local traffic management objectives are achieved. The Council is looking to undertake camera enforcement of bus lanes, bus gates and other moving traffic offences from early 2023. The necessary powers for unattended camera enforcement of bus lanes and gates were obtained in 2007 but enforcement is not currently undertaken. The Council is preparing to seek powers under Part 6 of the Traffic Management Act (2004) for the civil enforcement of other moving traffic offences To support this ambition the Council wants to procure an optimum service from a single end-to-end provider through a four-year contract, extendable to seven years. 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 21st April 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. The use of Lots has been considered for this procurement, but have not been used, because the Council requires an end to end' holistic service from a single supplier, who will manage the internal interfaces or the supply chain themselves. 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 There is an option to extend the Contract for up to a further seven (7) years Is a Recurrent Procurement Type? : No
From £8,600,000
Contract value
Hertfordshire is entering a period of historic growth, with 100,000 more homes, 100,000 more jobs, and a 15% increase in traffic envisaged during the next 15 years. The Council and its partners have a responsibility to plan positively for this, addressing the challenges this creates by shaping this growth to 2031 and beyond. To this end, the Council has adopted a number of strategies outlining its response to these challenges, most notably the Local Transport Plan 4. Aiming to achieve a step change in travel behaviour by setting the framework for sustainable development and mode shift in Hertfordshire, its successful delivery requires a unified, collaborative approach both within the Council and with its partners. The Services detailed in the Specification, refined through market testing, aim to provide the Council and its partners with the breadth of expertise and experience required to ensure 'good growth' in Hertfordshire. Ranging from initial spatial planning work through to design and development of major infrastructure, as well as the modelling work, transport appraisals, and environmental assessments required in between, many of the outlined services will sit alongside in-house staff or existing providers. Nonetheless, as demand for these Services grows over the next 4 years, a diverse range of suppliers will be beneficial, bringing innovation and fresh perspectives to the growth agenda in Hertfordshire. The Services have been broken into the following Lots and it is the intention of the Council to award each Lot to a maximum number of suppliers per Lot as detailed below. Following the outcome of the Evaluation, should there be a joint third or fifth position the council will take into account the Price score in order to determine the top 3/5 successful Tenderers per Lot. The Framework Agreement has broken down in to the following Lots. Lot No Lot Title Maximum No of Successful Tenderers per Lot Lot 1 Spatial Planning - Transport Strategy, and Early-Stage Scheme Development 1 Lot 2 Spatial Planning - Active Travel Early-Stage Scheme Development 5 Lot 3 Modelling Services 5 Lot 4 Development Management - Planning 5 Lot 5 Development Management - Implementation & Site Supervision 3 Lot 6 Environmental Support 3 Lot 7 Delivery - Major Transport Schemes 3 Lot 8 Delivery ... Additional information: Hertfordshire is entering a period of historic growth, with 100,000 more homes, 100,000 more jobs, and a 15% increase in traffic envisaged during the next 15 years. The Council and its partners have a responsibility to plan positively for this, addressing the challenges this creates by shaping this growth to 2031 and beyond. To this end, the Council has adopted a number of strategies outlining its response to these challenges, most notably the Local Transport Plan 4. Aiming to achieve a step change in travel behaviour by setting the framework for sustainable development and mode shift in Hertfordshire, its successful delivery requires a unified, collaborative approach both within the Council and with its partners. The Services detailed in the Specification, refined through market testing, aim to provide the Council and its partners with the breadth of expertise and experience required to ensure 'good growth' in Hertfordshire. Ranging from initial spatial planning work through to design and development of major infrastructure, as well as the modelling work, transport appraisals, and environmental assessments required in between, many of the outlined services will sit alongside in-house staff or existing providers. Nonetheless, as demand for these Services grows over the next 4 years, a diverse range of suppliers will be beneficial, bringing innovation and fresh perspectives to the growth agenda in Hertfordshire. The Services have been broken into the following Lots and it is the intention of the Council to award each Lot to a maximum number of suppliers per Lot as detailed below. Following the outcome of the Evaluation, should there be a joint third or fifth position the council will take into account the Price score in order to determine the top 3/5 successful Tenderers per Lot. The Framework Agreement has broken down in to the following Lots. Lot No Lot Title Maximum No of Successful Tenderers per Lot Lot 1 Spatial Planning - Transport Strategy, and Early-Stage Scheme Development 1 Lot 2 Spatial Planning - Active Travel Early-Stage Scheme Development 5 Lot 3 Modelling Services 5 Lot 4 Development Management - Planning 5 Lot 5 Development Management - Implementation & Site Supervision 3 Lot 6 Environmental Support 3 Lot 7 Delivery - Major Transport Schemes 3 Lot 8 Delivery - Active Travel Design 3 Lot 9 Delivery - Waste Management Design and Development 3 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 Bidder you must complete and submit a Bid by the deadline of 12:00 Noon on 26th April 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. 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 of up to a further 1 (one) year Is a Recurrent Procurement Type? : No
Value undisclosed
Hertfordshire County Council is currently out to procurement for the provision of a Highways and Environment Professional Services Contract Hertfordshire County Council wishes to appoint a professional services provider to deliver professional services related to public highways. The Authority is looking to forge a long-term collaborative relationship with a service provider that delivers a Contract that actively supports the Authority's corporate objectives and enhances the county of Hertfordshire. The Authority wishes to facilitate the appointed service provider to identify and implement innovative solutions, establishing a new way of delivering the services to maximise the potential for success for both itself and the appointed service provider throughout the lifetime of the Contract. The professional services are currently delivered through the Authority's existing professional services contract (based on the NEC3 Professional Services Contract) which is due to expire on 30 September 2024. This procurement is a Competitive Procedure with Negotiation. 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 an Supplier Questionnaire (SQ) by the deadline of 12 noon on the 19th May 2023 Please allow sufficient time to make your return, as SQ 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. The use of Lots has been considered for this procurement, but have not been used, because it is a term service contract for the provision of ongoing services. As such, the requirements of the contract do not suit a Lot base structure, with a single supplier approach being the optimal delivery route for these services. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. The... Additional information: Hertfordshire County Council is currently out to procurement for the provision of a Highways and Environment Professional Services Contract Hertfordshire County Council wishes to appoint a professional services provider to deliver professional services related to public highways. The Authority is looking to forge a long-term collaborative relationship with a service provider that delivers a Contract that actively supports the Authority's corporate objectives and enhances the county of Hertfordshire. The Authority wishes to facilitate the appointed service provider to identify and implement innovative solutions, establishing a new way of delivering the services to maximise the potential for success for both itself and the appointed service provider throughout the lifetime of the Contract. The professional services are currently delivered through the Authority's existing professional services contract (based on the NEC3 Professional Services Contract) which is due to expire on 30 September 2024. This procurement is a Competitive Procedure with Negotiation. 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 an Supplier Questionnaire (SQ) by the deadline of 12 noon on the 19th May 2023 Please allow sufficient time to make your return, as SQ 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. The use of Lots has been considered for this procurement, but have not been used, because it is a term service contract for the provision of ongoing services. As such, the requirements of the contract do not suit a Lot base structure, with a single supplier approach being the optimal delivery route for these services. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Delivery Notes The Contract will be for an initial period of five (5) years with the option to extend for up to a further nine (9) years at the sole discretion of the Council Is a Recurrent Procurement Type? : No
From £93,000,000
Contract value
Hertfordshire County Council is currently out to procurement for the Provision of Facilities for the Treatment of Various Materials 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 Dry Recyclables Cardboard Lot 2 Dry Recyclables Paper Lot 3 Dry Recyclables Rigid Plastics Lot 4 Dry Recyclables Glass Lot 5 Dry Recyclables Comingled (Cans and Plastics) (4 sites only- Waterdale, Stevenage, Ware & Welwyn Garden City). Lot 6 Green Waste Lot 7 Mixed Hardcore Lot 8 Plasterboard Lot 9 Carpets (not currently separately collected but the council are seeking economically advantageous proposals. Award of this lot will depend on the comparative advantage of introducing separate collections. Lot 10 Mixed Wood Lot 11 Soil (currently trialling at 3 sites only - Ware, Waterdale and Stevenage, if successful and economically advantageous will roll out at further sites) Lot 12 Metals Lot 13 Mobiles/Laptops/Toners/CD's Lot 14 Used Cooking Oil Lot 15 Mattresses Lot 16 Books Lot 17 Tyres Lot 18 Gas Bottles Lot 19 Paints and Chemicals Lot 20 Used Engine Oil Lot 21 Dry Recyclables Comingled (Cans and Plastics) (all sites excluding those in Lot 5). 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 18th July 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. Tende... Additional information: Hertfordshire County Council is currently out to procurement for the Provision of Facilities for the Treatment of Various Materials 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 Dry Recyclables Cardboard Lot 2 Dry Recyclables Paper Lot 3 Dry Recyclables Rigid Plastics Lot 4 Dry Recyclables Glass Lot 5 Dry Recyclables Comingled (Cans and Plastics) (4 sites only- Waterdale, Stevenage, Ware & Welwyn Garden City). Lot 6 Green Waste Lot 7 Mixed Hardcore Lot 8 Plasterboard Lot 9 Carpets (not currently separately collected but the council are seeking economically advantageous proposals. Award of this lot will depend on the comparative advantage of introducing separate collections. Lot 10 Mixed Wood Lot 11 Soil (currently trialling at 3 sites only - Ware, Waterdale and Stevenage, if successful and economically advantageous will roll out at further sites) Lot 12 Metals Lot 13 Mobiles/Laptops/Toners/CD's Lot 14 Used Cooking Oil Lot 15 Mattresses Lot 16 Books Lot 17 Tyres Lot 18 Gas Bottles Lot 19 Paints and Chemicals Lot 20 Used Engine Oil Lot 21 Dry Recyclables Comingled (Cans and Plastics) (all sites excluding those in Lot 5). 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 18th July 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. Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party - This is relevant to Lot 10 only. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Delivery Notes The Contract has the option to extend for up to 2 further years Is a Recurrent Procurement Type? : No
From £5,600,000
Contract value
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 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 is currently out to procurement for the Provision of Facilities for the Collection and Treatment of Scrap Metals and Lead Acid Batteries 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 recycled 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 Ferrous Lot 2 Non-ferrous Lot 3 Lead Acid Batteries (Car) 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 Collection and Treatment of Scrap Metals and Lead Acid Batteries 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 recycled 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 Ferrous Lot 2 Non-ferrous Lot 3 Lead Acid Batteries (Car) 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 £1,954,551
Contract value
Hertfordshire County Council is currently out to procurement for the Provision of Food Waste Treatment Services from 2024 and 2025 The Council is seeking solutions for the treatment of separately collected Food Waste collected by the 10 WCAs and this will be split into Lots as detailed in Table 1 of the Instructions to Tenderers. 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 26th January 2024. 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 Food Waste Treatment Services from 2024 and 2025 The Council is seeking solutions for the treatment of separately collected Food Waste collected by the 10 WCAs and this will be split into Lots as detailed in Table 1 of the Instructions to Tenderers. 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 26th January 2024. 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 Please Note: This Contract has been split in to 9 Lots, we refer you to Table 1 of Instructions to Tenderers which sets out the start and end date of each Lot. Is a Recurrent Procurement Type? : No
From £1,338,150
Contract value
Hertfordshire County Council is currently out to procurement for the provision of a Highways Services Term Maintenance Contract Hertfordshire County Council (the "Authority") wishes to appoint a service provider to deliver a highways services term maintenance contract (the "Contract"). The Authority is looking to forge a long-term collaborative relationship with a service provider that delivers a Contract that actively supports the Authority's corporate objectives and provides added value to the County. The Authority wishes to facilitate the appointed service provider to identify and implement innovative solutions, establishing a new way of delivering the services to maximise the potential for success for both itself and the appointed service provider throughout the lifetime of the Contract. At present, the highways maintenance services are delivered through the Authority's existing highways services term maintenance contract which is due to expire in September 2025. This procurement is a Competitive Procedure with Negotiation. 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 Supplier Questionnaire (SQ) by the deadline of 12 noon on the 26th February 2024 Please allow sufficient time to make your return, as SQ 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. The use of Lots has been considered for this procurement, but have not been used, because it is a term service contract for the provision of ongoing services. As such, the requirements of the contract do not suit a Lot base structure, with a single supplier approach being the optimal delivery route for these services. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing thi... Additional information: Hertfordshire County Council is currently out to procurement for the provision of a Highways Services Term Maintenance Contract Hertfordshire County Council (the "Authority") wishes to appoint a service provider to deliver a highways services term maintenance contract (the "Contract"). The Authority is looking to forge a long-term collaborative relationship with a service provider that delivers a Contract that actively supports the Authority's corporate objectives and provides added value to the County. The Authority wishes to facilitate the appointed service provider to identify and implement innovative solutions, establishing a new way of delivering the services to maximise the potential for success for both itself and the appointed service provider throughout the lifetime of the Contract. At present, the highways maintenance services are delivered through the Authority's existing highways services term maintenance contract which is due to expire in September 2025. This procurement is a Competitive Procedure with Negotiation. 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 Supplier Questionnaire (SQ) by the deadline of 12 noon on the 26th February 2024 Please allow sufficient time to make your return, as SQ 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. The use of Lots has been considered for this procurement, but have not been used, because it is a term service contract for the provision of ongoing services. As such, the requirements of the contract do not suit a Lot base structure, with a single supplier approach being the optimal delivery route for these services. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. Please Note the TUPE Employee Liability Information for this procurement has been provided along with other documentation for this procurement. TUPE related information is personal data and must be protected in accordance with the requirements of Data Protection legislation and must also be kept confidential. Therefore, by accessing this Tender via Supply Hertfordshire and then the View Details button and accessing the documentation for this procurement, Tenderers agree to undertake to treat the information as confidential and commercially sensitive at all times and take all reasonable steps to prevent any inadvertent disclosure to any third party. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Delivery Notes It is anticipated that the Contract term will be up to a maximum of 21 years comprised of an initial minimum term of 7 years followed by optional extension periods up to a maximum aggregate duration of 21 years. The duration and number of extension(s) beyond the initial minimum term of 7 years shall be determined at the Authority's absolute discretion. The Authority will explore the duration of any extensions as part of the negotiation process with those Bidders selected to participate in that phase of the competition. Is a Recurrent Procurement Type? : No
From £560,000,000
Contract value
Hertfordshire County Council is currently out to procurement for the Provision of Organic Waste Treatment Services from 2024 and 2025 The Council is seeking solutions for the treatment of Mixed Green Garden and Food Waste and separately collected Green Garden Waste as collected by the 10 WCAs and this will be split into Lots as listed below and detailed in Table 1. of the Instructions to Tenderers. 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 15th March 2024. 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 Organic Waste Treatment Services from 2024 and 2025 The Council is seeking solutions for the treatment of Mixed Green Garden and Food Waste and separately collected Green Garden Waste as collected by the 10 WCAs and this will be split into Lots as listed below and detailed in Table 1. of the Instructions to Tenderers. 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 15th March 2024. 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 Please Note: This Contract has been split in to 10 Lots, we refer you to Table 1 of Instructions to Tenderers which sets out the start and end date of each Lot. Is a Recurrent Procurement Type? : No
From £11,361,900
Contract value