- Lot 1. Lot 1 East Herts District (EHD)
- Lot 2. Lot 2 Hertsmere Borough (HB)
- Lot 3. Lot 3 North Herts District (NHD)
- Lot 4. Lot 4 St Albans City & District (SACD)
- Lot 5. Lot 5 Stevenage Borough (SB)
- Lot 6. Lot 6 Three Rivers District (TRD)
- Lot 7. Lot 7 Watford Borough (WB)
- Lot 8. Lot 8 Welwyn Hatfield Borough (WHB)
Scope
Reference
HCC2517304
Description
Hertfordshire County Council is currently out to procurement for the Provision of Hertfordshire Public Rights of Way Vegetation Management 2026-2030
The objective of this Contract is to manage vegetation on rights of way to keep the network in a condition suitable for use by pedestrians, cyclist, horse riders, non-motorised and motorised vehicles where these are legitimate users. This includes footpaths, bridleways and byways. The areas of the county included in this contract will be divided into Lots following the Borough and District Council boundaries.
Tenderers' operators must hold current certificates from recognised industry specific awarding bodies for the tools and machinery they are intending to use e.g. compact tractors, ride-on mowers, push mowers, brush cutters/strimmers and chainsaws (this is an indicative list only). Documentary evidence of qualifications must be provided.
Lot number Lot Title
Lot 1 East Herts District (EHD)
Lot 2 Hertsmere Borough (HB)
Lot 3 North Herts District (NHD)
Lot 4 St Albans City & District (SACD)
Lot 5 Stevenage Borough (SB)
Lot 6 Three Rivers District (TRD)
Lot 7 Watford Borough (WB)
Lot 8 Welwyn Hatfield Borough (WHB)
Please refer to the tender documents for full details.
This procurement is an open process. Organisations wishing to take part in this project are invited to 'express an interest' and also 'opt in' which will give access to the full procurement documents in the e-tendering system.
To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 6th February 2026.
Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline.
Please ensure that where possible documents are uploaded as a PDF and that file names are succinct.
Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above.
Tenderers should be aware that due to the nature of the Services provided, any 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
Total value (estimated)
- £869,500 excluding VAT
- £1,043,400 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 May 2026 to 30 April 2030
- Possible extension to 1 May 2032
- 6 years, 1 day
Description of possible extension:
The initial Contract Period is for four (4) years with the option to extend for up to two (2) further years subject to available funding
Main procurement category
Services
CPV classifications
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
- 77300000 - Horticultural services
- 77310000 - Planting and maintenance services of green areas
- 77312000 - Weed-clearance services
- 77314000 - Grounds maintenance services
- 77340000 - Tree pruning and hedge trimming
Contract locations
- UKH23 - Hertfordshire
Lot 1. Lot 1 East Herts District (EHD)
Description
As per Schedule 1 of the Contract Document for Lot 1
Lot value (estimated)
- £303,125 excluding VAT
- £363,750 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Lot 2 Hertsmere Borough (HB)
Description
As per Schedule 1 of the Contract Document for Lot 2
Lot value (estimated)
- £42,125 excluding VAT
- £50,550 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Lot 3 North Herts District (NHD)
Description
As per Schedule 1 of the Contract Document for Lot 3
Lot value (estimated)
- £243,125 excluding VAT
- £291,750 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. Lot 4 St Albans City & District (SACD)
Description
As per Schedule 1 of the Contract Document for Lot 4
Lot value (estimated)
- £153,125 excluding VAT
- £183,750 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 5. Lot 5 Stevenage Borough (SB)
Description
As per Schedule 1 of the Contract Document for Lot 5
Lot value (estimated)
- £13,625 excluding VAT
- £16,350 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 6. Lot 6 Three Rivers District (TRD)
Description
As per Schedule 1 of the Contract Document for Lot 6
Lot value (estimated)
- £45,125 excluding VAT
- £54,150 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 7. Lot 7 Watford Borough (WB)
Description
As per Schedule 1 of the Contract Document for Lot 7
Lot value (estimated)
- £6,125 excluding VAT
- £7,350 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 8. Lot 8 Welwyn Hatfield Borough (WHB)
Description
As per Schedule 1 of the Contract Document for Lot 8
Lot value (estimated)
- £63,125 excluding VAT
- £75,750 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Participation
Legal and financial capacity conditions of participation
Lot 1. Lot 1 East Herts District (EHD)
Lot 2. Lot 2 Hertsmere Borough (HB)
Lot 3. Lot 3 North Herts District (NHD)
Lot 4. Lot 4 St Albans City & District (SACD)
Lot 5. Lot 5 Stevenage Borough (SB)
Lot 6. Lot 6 Three Rivers District (TRD)
Lot 7. Lot 7 Watford Borough (WB)
Lot 8. Lot 8 Welwyn Hatfield Borough (WHB)
Please refer to the Instructions to Tenderers and Response Document for full details
Technical ability conditions of participation
Lot 1. Lot 1 East Herts District (EHD)
Lot 2. Lot 2 Hertsmere Borough (HB)
Lot 3. Lot 3 North Herts District (NHD)
Lot 4. Lot 4 St Albans City & District (SACD)
Lot 5. Lot 5 Stevenage Borough (SB)
Lot 6. Lot 6 Three Rivers District (TRD)
Lot 7. Lot 7 Watford Borough (WB)
Lot 8. Lot 8 Welwyn Hatfield Borough (WHB)
Please refer to the Instructions to Tenderers and Response Document for full details
Particular suitability
Lot 1. Lot 1 East Herts District (EHD)
Lot 2. Lot 2 Hertsmere Borough (HB)
Lot 3. Lot 3 North Herts District (NHD)
Lot 4. Lot 4 St Albans City & District (SACD)
Lot 5. Lot 5 Stevenage Borough (SB)
Lot 6. Lot 6 Three Rivers District (TRD)
Lot 7. Lot 7 Watford Borough (WB)
Lot 8. Lot 8 Welwyn Hatfield Borough (WHB)
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
23 January 2026, 12:00pm
Tender submission deadline
6 February 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
17 March 2026
Award criteria
| Name | Description | Type |
|---|---|---|
| Simple description | The evaluation of tenders will consist of three (3) parts as per the pre-determined evaluation criteria in Table A of the Instructions to Tenderers:- Mandatory Requirements (Pass/Fail) PRELIMINARY... |
Price |
Weighting description
The evaluation of tenders will consist of three (3) parts as per the pre-determined evaluation criteria in Table A of the Instructions to Tenderers:-
Mandatory Requirements (Pass/Fail)
PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1
Part 1 - Registration on FTS (CDP) And Exclusion Information
Part 1A - Pass/Fail - Bid Form 2
Part 1B - Associated Persons - Pass/Fail - Bid Form 3
Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4
Part 2 - Conditions of Participation
Part 2A - Economic &...
Other information
Payment terms
Invoices are to be submitted to the Council, in accordance with the Prices and Payment clause in the Conditions of Contract. Payment will normally be made within thirty (30) days of receipt of a correct invoice.
Description of risks to contract performance
In February 2025 the UK Government formally invited Hertfordshire County Council (the "Council") and the various district and borough Councils of Hertfordshire to develop proposals for local government reorganisation in Hertfordshire which is likely to result in the current two-tier system of local government being reorganised into a single tier of local government with one or more unitary councils for the whole of the Hertfordshire area. If implemented, local government reorganisation is currently expected to take effect in April 2028 and, on that date, the existing two-tier councils will be dissolved and replaced by one or more new unitary authorities. Existing contracts held by the Council and the district and borough Councils of Hertfordshire are expected to transfer to their successor authorities on vesting day in accordance with the Local Government and Public Involvement in Health Act 2007 and the Local Government (Structural Changes) (Transfer of Functions, Property, Rights and Liabilities) Regulations 2008. These reforms will be subject to a decision of the Secretary of State and could be subject to change at any time.
As these reforms may occur during the term of this contract and result in changes to the form, structure, size and shape of local government in Hertfordshire, they are a known risk to the Council within the meaning of paragraph 6, Schedule 8 of the Procurement Act 2023 (Act) in that the reforms could jeopardise the satisfactory performance of the contract but because the nature and extent of the reforms are presently unknown, it is not possible to address the risks in the contract. If these risks materialise, the contract may need to be modified under paragraph 5 of Schedule 8 of the Act. Such modification could include, but not be limited to, the need to replace the contracting authority with a successor public authority and/or vary the structure, scope, nature and/or geographical location/boundary within which the contract is delivered.
Tenderers should note that any variation(s) to the terms and conditions of the contract will be made in accordance with its terms.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Documents
Associated tender documents
https://in-tendhost.co.uk/supplyhertfordshire
Please either register or log in to the above web address, and then 'express interest' and 'opt in' in order to view the full set of documentation relating to this tender opportunity
Contracting authority
Hertfordshire County Council
- Public Procurement Organisation Number: PWJT-5264-WYMY
Robertson House, Six Hills Way
Stevenage
SG1 2FQ
United Kingdom
Region: UKH23 - Hertfordshire
Organisation type: Public authority - sub-central government