- Scope of the procurement
- Lot 1. Spatial Planning – Transport Strategy, and Early-Stage Scheme Development
- Lot 2. Spatial Planning – Active Travel Early-Stage Scheme Development
- Lot 3. Modelling Services
- Lot 4. Development Management - Planning
- Lot 5. Development Management – Implementation & Site Supervision
- Lot 6. Environmental Support
- Lot 7. Delivery – Major Transport Schemes
- Lot 8. Delivery – Active Travel Design
- Lot 9. Delivery – Waste Management Design and Development
Section one: Contracting authority
one.1) Name and addresses
Hertfordshire County Council
Pegs Lane
Hertford
SG13 8DE
Contact
Strategic Procurement Group
zoe.upson@hertfordshire.gov.uk
Telephone
+44 01707292463
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
HCC - 03/23 - The Provision of Transport Implementation and Planning Services Framework (2023)
Reference number
HCC2314558
two.1.2) Main CPV code
- 60100000 - Road transport services
two.1.3) Type of contract
Services
two.1.4) Short description
Further information in regards to this opportunity can be found in II.2.4 and VI.3 below. 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 below for further information. To be considered as a Bidder you must complete and submit a Bid by the deadline of 12:00 Noon on 26th April 2023. 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. Please allow sufficient time to make your return as late returns will not be permitted by the system. The estimated total value of the Framework Agreement for all Lots is stated in II.1.5 of this notice and is for initial term inclusive of the approximate value for extension.
two.1.5) Estimated total value
Value excluding VAT: £12,180,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Spatial Planning – Transport Strategy, and Early-Stage Scheme Development
Lot No
1
two.2.2) Additional CPV code(s)
- 71311210 - Highways consultancy services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
Spatial Planning and Policy services cut across several departments, including the Spatial Planning and Policy Unit, the Waste Operations and Contract Unit, Growth & Infrastructure, and the Highways service.The services outlined in this lot have traditionally been commissioned by in-house staff and delivered through the Council’s existing Transport Planning framework.With significant growth planned for Hertfordshire, the chosen supplier will play an active role in ensuring this growth is good growth, providing the expertise, evidence and strategic vision to support economically, socially and environmentally sustainable development.Please refer to Schedule 1 of the Framework Agreement - Specification for full details of the Service by logging in to https://intendhost.co.uk/supplyhertfordshire/aspx/Home 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 2023Please 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 note the value referred to in II.2.6 below is the total value inclusive of any extension
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Council will review its options towards the end of the Framework Agreement period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for one (1) further year
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) Description
two.2.1) Title
Spatial Planning – Active Travel Early-Stage Scheme Development
Lot No
2
two.2.2) Additional CPV code(s)
- 71311210 - Highways consultancy services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
Hertfordshire’s Local Transport Plan priorities the needs of vulnerable road users including those walking and cycling above the private car in its user hierarchy. Department for Transport policy and current funding opportunities also promote and incentivise these modes. We therefore require support to help us develop clear geographically focused strategies, identify priorities along with funding opportunities to help ensure that Hertfordshire is well placed to deliver in line with national and local ambition. The chosen suppliers will play a leading role in helping us identify and develop schemes in line with current standards (such as LTN1/20 and our Place and Movement Planning Design Guide) and help us embed principles of the Healthy Streets approach to ensure that new cycling and walking infrastructure is designed to a high standard and is carefully promoted to local communities and key stakeholders through engagement and consultation activities so that the schemes can move forward to successful implementation. Please refer to Schedule 1 of the Framework Agreement - Specification for full details of the Service by logging in to https://intendhost.co.uk/supplyhertfordshire/aspx/Home 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 2023Please 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 note the value referred to in II.2.6 below is the total value inclusive of any extension
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Council will review its options towards the end of the Framework Agreement period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for one (1) further year
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) Description
two.2.1) Title
Modelling Services
Lot No
3
two.2.2) Additional CPV code(s)
- 71311210 - Highways consultancy services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
The Council’s Core Modelling work takes place primarily via the Highways’ Transport Planning function. This team acts as a custodian for the countywide model (COMET) which is the current transport model for informing current and future transport patterns and demand across Hertfordshire. Please refer to Schedule 1 of the Framework Agreement - Specification for full details of the Service by logging in to https://intendhost.co.uk/supplyhertfordshire/aspx/Home 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 2023Please 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 note the value referred to in II.2.6 below is the total value inclusive of any extension
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,280,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Council will review its options towards the end of the Framework Agreement period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for one (1) further year
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) Description
two.2.1) Title
Development Management - Planning
Lot No
4
two.2.2) Additional CPV code(s)
- 90712100 - Urban environmental development planning
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
The Council operates a Development Management Pre-Planning service, wherein it appraises development plans and planning applications for their impact on the transport network, a service that the chosen supplier will support for the duration of the framework.The existing service is delivered via the Council’s Client Support Term contract under Council supervision with supplementary support via a framework contract. The purpose of this lot is to seek continued supplementary support in a similar manner. As such, the chosen suppliers will find themselves working with Client and term Consultant officers side-by-sidePlease refer to Schedule 1 of the Framework Agreement - Specification for full details of the Service by logging in to https://intendhost.co.uk/supplyhertfordshire/aspx/Home 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 2023Please 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 note the value referred to in II.2.6 below is the total value inclusive of any extensionPlease Note The TUPE Staffing Information for this procurement has been provided along with other documentation for this procurement. TUPE related information must be treated as protected data in accordance with the requirements of the Data Protection Act 1998 and must 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 Staffing Information.e) The requirements above apply whether the supplier uploads a tender response to this procurement or not.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Council will review its options towards the end of the Framework Agreement period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for one (1) further year
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) Description
two.2.1) Title
Development Management – Implementation & Site Supervision
Lot No
5
two.2.2) Additional CPV code(s)
- 71311220 - Highways engineering services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
The Council operates a Development Management Implementation service, which provides professional and technical advice to developers, checks aspects of their proposals for highway works, and checks specifications for works on adopted highways or roads offered for adoption.The existing service is delivered via the Council’s Client Support Term contract under Council supervision with supplementary support via a framework contract. The purpose of this lot is to seek continued supplementary support in a similar manner. As such, the chosen suppliers will find themselves working alongside Client and Term Consultant officers. Please refer to Schedule 1 of the Framework Agreement - Specification for full details of the Service by logging in to https://intendhost.co.uk/supplyhertfordshire/aspx/Home 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 2023Please 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 note the value referred to in II.2.6 below is the total value inclusive of any extension
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Council will review its options towards the end of the Framework Agreement period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for one (1) further year
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) Description
two.2.1) Title
Environmental Support
Lot No
6
two.2.2) Additional CPV code(s)
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
The Council both undertakes and screens a variety of Environmental Assessments, both for projects it is undertaking itself and in its role as a Planning Authority. Accompanying this is a renewed focus on air quality in Hertfordshire, as outlined in the county’s recently adopted Air Quality Strategy. These priorities are cross-departmental, with the chosen supplier likely to find themselves working with the Spatial Planning & Economy Unit, Highways Department, Passenger Transport Unit and Public Health, amongst others.With a renewed legislative focus on environmental protections from Central Government and significant volumes of development requiring Environmental Assessments, the importance of the work outlined in this Lot will only grow during the lifetime of the framework.Please refer to Schedule 1 of the Framework Agreement - Specification for full details of the Service by logging in to https://intendhost.co.uk/supplyhertfordshire/aspx/Home 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 2023Please 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 note the value referred to in II.2.6 below is the total value inclusive of any extension
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Council will review its options towards the end of the Framework Agreement period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for one (1) further year
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) Description
two.2.1) Title
Delivery – Major Transport Schemes
Lot No
7
two.2.2) Additional CPV code(s)
- 71311210 - Highways consultancy services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
The Council is approaching the completion of a large scale capital programme of Major projects with the delivery of over £100m of projects including the including the A120 Little Hadham Bypass and flood alleviation project , the A602 Improvement Works, and New River Bridge Improvements in Hoddesdon. As the schemes are completed on site the next phase of monitoring and evaluation begins and the work to identify and develop the next generation of large scale projects commences.A number of high-profile projects are currently in the early stages of development following identification in the county councils transport Strategy’s (e.g. A414 Strategy, Growth and Transport Plans) and Local Transport Plan Delivery Plan. These include:- Projects looking to the DfTs Major Road Network programme. - The Hertfordshire Essex Rapid Transit (HERT) and associated works packages under the umbrella of the strategic project including the Watford 2 Croxley Link. - Other significant projects that are being developed to support sustainable development ensuring that Hertfordshire is in a strong position to make the most of funding opportunities as they arise. These opportunities may arise from Government initiatives, planning processes and wider investment opportunities as they emerge.In this context, the Council is looking for supplementary support to its existing Major Projects service, delivered jointly by the Council and its CST provider, currently WSP / ARUP.As such, the chosen supplier will play a key role in ensuring the infrastructure identified and delivered by the Council delivers on the ambition to be cleaner, greener, and healthier. Please refer to Schedule 1 of the Framework Agreement - Specification for full details of the Service by logging in to https://intendhost.co.uk/supplyhertfordshire/aspx/Home 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 2023Please 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 note the value referred to in II.2.6 below is the total value inclusive of any extension
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Council will review its options towards the end of the Framework Agreement period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for one (1) further year
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) Description
two.2.1) Title
Delivery – Active Travel Design
Lot No
8
two.2.2) Additional CPV code(s)
- 71311210 - Highways consultancy services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
Hertfordshire’s Local Transport Plan priorities the needs of vulnerable road users including those walking and cycling above motorised vehicles in its user hierarchy. Department for Transport policy and funding also currently promotes these modes. We therefore require support to help us design high quality walking and cycling Infrastructure, to help ensure that Hertfordshire is well placed to deliver schemes that meet the needs of communities. The chosen suppliers will play a leading role in helping the Council design schemes in line with current standards (such as LTN1/20 and the Council’s Place & Movement Planning and Design Guide) and help us embed principles of the Healthy Streets approach to ensure that new cycling and walking infrastructure is designed to a high standard and is carefully promoted to local communities and key stakeholders through engagement and consultation activities so that the schemes can move forward to successful implementation and operation. Please refer to Schedule 1 of the Framework Agreement - Specification for full details of the Service by logging in to https://intendhost.co.uk/supplyhertfordshire/aspx/Home 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 2023Please 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 note the value referred to in II.2.6 below is the total value inclusive of any extension
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Council will review its options towards the end of the Framework Agreement period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for one (1) further year
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) Description
two.2.1) Title
Delivery – Waste Management Design and Development
Lot No
9
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
The chosen supplier will play a key role in ensuring the infrastructure delivered by the Council, whether it supports Transport or Waste Management, continues to support responsible and sustainable growth in Hertfordshire.The Council has identified a number of infrastructure improvements required to manage waste efficiently and effectively through the Local Authority Collected Waste Spatial Strategy. Where improvements are required to existing infrastructure, the Council requires support to deliver the improvements including but not limited to identification of solutions and initial feasibility, designs, costings and delivery of the project. Where improvements are required within a broad area of search support may also include identification of potential sites. Subject to funding, required infrastructure includes the provision or improvement of Waste Transfer Stations and the expansion or development of Recycling Centres.Please refer to Schedule 1 of the Framework Agreement - Specification for full details of the Service by logging in to https://intendhost.co.uk/supplyhertfordshire/aspx/Home 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 2023Please 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 note the value referred to in II.2.6 below is the total value inclusive of any extension
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Council will review its options towards the end of the Framework Agreement period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for one (1) further year
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
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
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
In the case of framework agreements, provide justification for any duration exceeding 4 years:
n/a Framework does NOT exceed 4 years - please note the max number per Lot varies per Lot and is detailed in the Instructions to Tenderers document
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-001317
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 April 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 April 2023
Local time
12:00pm
Place
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please Note that the Framework Agreement can be used by those participating bodies listed within this Contract Notice. However the Council reserves the right to allow any future trading arms of the Council to also utilise the Framework Agreement. In addition, there will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council and other participating bodies 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. The Participating Bodies able to use the Framework Agreement are; Broxbourne Borough Council, Dacorum Borough Council, East Herts District Council, Hertsmere Borough Council, North Hertfordshire District Council, St Albans City and District Council, Stevenage Borough Council, Three Rivers District Council, Watford Borough Council, Welwyn and Hatfield Borough Council, Hertfordshire LEP and England's Economic HeartlandPlease note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home and follow the on-screen guidance. In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council's procurement documents are available within the e-Tendering system. This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline. Any clarifications regarding this opportunity must be raised through Correspondence area in the eTendering system. If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result. The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Contract. Organisations should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate. Please note that the Contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demand
six.4) Procedures for review
six.4.1) Review body
High Court Royal Courts of Justice
The Strand
London
WC24 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court Royal Courts of Justice
The Strand
London
WC24 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Framework Agreement (FA) before a FA is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a FA has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the FA has been entered into the court has the options to award damages and/or to shorten or order the FA ineffective.
six.4.4) Service from which information about the review procedure may be obtained
High Court Royal Courts of Justice
The Strand
London
WC24 2LL
Country
United Kingdom