Section one: Contracting authority
one.1) Name and addresses
The County of Herefordshire District Council
Council Offices, Plough Lane
Hereford
HR4 0LE
Contact
Ms Chanel Quigley
chanel.quigley@anthonycollins.com
Country
United Kingdom
Region code
UKG11 - Herefordshire, County of
Internet address(es)
Main address
https://www.herefordshire.gov.uk
Buyer's address
https://www.herefordshire.gov.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=1a8a2f06-05d4-ef11-8133-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=1a8a2f06-05d4-ef11-8133-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Herefordshire Council – New Public Realm Services Contract
Reference number
DN756504
two.1.2) Main CPV code
- 45233000 - Construction, foundation and surface works for highways, roads
two.1.3) Type of contract
Works
two.1.4) Short description
The County of Herefordshire District Council (“the Council”) is procuring a contract for up to 10 (ten)
years for the provision of public realm works and services (“Public Realm Services”).
two.1.5) Estimated total value
Value excluding VAT: £200,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34143000 - Winter-maintenance vehicles
- 34928500 - Street-lighting equipment
- 34928510 - Street-lighting columns
- 43325000 - Park and playground equipment
- 44113910 - Winter-maintenance materials
- 45000000 - Construction work
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 71510000 - Site-investigation services
- 71520000 - Construction supervision services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
- 90620000 - Snow-clearing services
two.2.3) Place of performance
NUTS codes
- UKG11 - Herefordshire, County of
two.2.4) Description of the procurement
The County of Herefordshire District Council (“the Council”) is procuring a contract for up to 10 (ten) years for the provision of public realm works and services (“Public Realm Services”).
The successful contractor is to deliver the Public Realm Services commencing from 1st June 2026
which will include, but not be limited to, the following “core services”:
(i) Network resilience & civil emergencies services;
(ii) Winter service;
(iii) Reactive maintenance (potholes & patching);
(iv) Carriageway & footway maintenance programmes;
(v) Drainage (gully cleansing & land drainage);
(vi) Street lighting, illuminated signs and traffic signals;
(vii) Structures (maintenance of bridges and culverts);
(viii) Street cleaning (bin emptying, fly tipping & road sweeping);
(ix) Fleet management and mechanical workshop;
(x) Parks and open spaces (highways verges and trees);
(xi) Bereavement Services (cemeteries & burials);
(xii) Bus shelter maintenance;
(xiii) Public art maintenance; and
(xiv) Public right of way works.
The estimated annual value of this contract is £15,000,000 (fifteen million pounds) - £20,000,000
(twenty million pounds) exclusive of VAT.
The Council may at its discretion include schemes with an estimated value up to and including
£250,000 in the Contract. In addition, the Council may include schemes with an estimated value
exceeding £250,000 up to £1,000,000 when the requirements set out in the Scope are satisfied. Note, the estimated aggregate value of these schemes forms part of the estimated annual spend under the Contract.
The Contract will be awarded for an initial term of 7 (seven) years and thereafter there will be options to extend the term for a period of up to a maximum (from the commencement date) of 10 (ten) years. Further information and proposed conditions for extensions are detailed in the procurement documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £200,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents – note that there are circumstances in which a greater
number of candidates may be invited, and such circumstances are set out in the procurement
documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will be awarded for an initial term of 7 (seven) years and thereafter there will be options to extend the term for a period of up to a maximum (from the commencement date) of 10 (ten) years.
Further information and proposed conditions for extensions are detailed in the procurement documents.
The duration quoted at II.2.7 is for the maximum duration, including all possible extensions, with the
initial term being 7 (seven) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The procurement process is the competitive procedure with negotiation and will be undertaken in
accordance with the Public Contracts Regulations 2015.
The Council reserves the right not to award the Bereavement Services (cemeteries and burials)
element of the Public Realm Services. Further information in relation to this will be set out in the
procurement documents.
The Council reserves the right to discontinue this procurement at any time. Each candidate or
tenderer must bear its own costs in relation to this procurement. Under no circumstances shall the
Council be required to reimburse any Candidate for any costs incurred in participating in this
procurement.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
All requests for clarifications (whether in relation to this Notice, the requirements or the
procurement process) should be submitted using the Portal at https://procontract.due-north.com/Advert/Index?advertId=1a8a2f06-05d4-ef11-8133-005056b64545 in accordance
with the requirements set out in the procurement documents.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Strand, Holburn
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
At the point of information on the award of the contract, the Council will incorporate a minimum 10
calendar days standstill period as communicated to tenderers. The Public Contract Regulations 2015
provide for aggrieved parties who have been harmed or are at risk of harm by breach of the
Regulations to take legal action. Any such action must be brought within the applicable limitation
period.