Published date: 6 March 2023

Last edited date: 6 March 2023

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 26 April 2023, 12pm

Contract summary

Industry

  • Road transport services - 60100000

  • Public road transport services - 60112000

  • Architectural, construction, engineering and inspection services - 71000000

    • Engineering services - 71300000

    • Consultative engineering and construction services - 71310000

    • Civil engineering consultancy services - 71311000

    • Civil engineering support services - 71311100

    • Transport systems consultancy services - 71311200

    • Highways consultancy services - 71311210

    • Highways engineering services - 71311220

    • Infrastructure works consultancy services - 71311300

    • Environmental engineering consultancy services - 71313000

    • Noise-control consultancy services - 71313100

    • Environmental impact assessment for construction - 71313400

    • Risk or hazard assessment for construction - 71313410

    • Environmental standards for construction - 71313420

    • Environmental indicators analysis for construction - 71313430

    • Environmental Impact Assessment (EIA) services for construction - 71313440

    • Environmental monitoring for construction - 71313450

    • Electrical services - 71314100

    • Building services - 71315000

    • Building consultancy services - 71315200

    • Telecommunication consultancy services - 71316000

    • Expert witness services - 71319000

    • Engineering design services - 71320000

    • Engineering design services for the construction of civil engineering works - 71322000

    • Quantity surveying services for civil engineering works - 71322100

    • Pipeline-design services - 71322200

    • Bridge-design services - 71322300

    • Engineering-design services for traffic installations - 71322500

    • Engineering-design services for industrial process and production - 71323000

    • Quantity surveying services - 71324000

    • Foundation-design services - 71325000

    • Ancillary building services - 71326000

    • Load-bearing structure design services - 71327000

    • Verification of load-bearing structure design services - 71328000

    • Miscellaneous engineering services - 71330000

    • Engineering studies - 71335000

    • Engineering support services - 71336000

    • Integrated engineering services - 71340000

    • Construction-related services - 71500000

    • Site-investigation services - 71510000

    • Construction supervision services - 71520000

    • Construction consultancy services - 71530000

    • Construction management services - 71540000

    • Technical testing, analysis and consultancy services - 71600000

    • Technical analysis or consultancy services - 71621000

    • Technical inspection and testing services - 71630000

    • Technical inspection services - 71631000

    • Technical inspection services of engineering structures - 71631400

    • Consulting services for water-supply and waste consultancy - 71800000

    • Data services - 72300000

    • Data-processing services - 72310000

    • Data capture services - 72313000

    • Data collection and collation services - 72314000

    • Data analysis services - 72316000

    • Research and development services and related consultancy services - 73000000

    • Research and development consultancy services - 73200000

    • Research consultancy services - 73210000

    • Development consultancy services - 73220000

    • Business and management consultancy and related services - 79400000

    • Sewage, refuse, cleaning and environmental services - 90000000

    • Refuse and waste related services - 90500000

    • Environmental services - 90700000

    • Environmental management - 90710000

    • Environmental impact assessment other than for construction - 90711000

    • Risk or hazard assessment other than for construction - 90711100

    • Environmental standards other than for construction - 90711200

    • Environmental indicators analysis other than for construction - 90711300

    • Environmental Impact Assessment (EIA) services other than for construction - 90711400

    • Environmental monitoring other than for construction - 90711500

    • Environmental planning - 90712000

    • Urban environmental development planning - 90712100

Location of contract

SG13 8DE

Value of contract

£0 to £1,000,000

Procurement reference

IT-285-7348-HCC2314558

Published date

6 March 2023

Closing date

26 April 2023

Closing time

12pm

Contract start date

1 August 2023

Contract end date

31 July 2026

Contract type

Service contract

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

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 ...


More information

Additional text

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


About the buyer

Contact name

Sarah Baldwin (HCC)

Address

Pegs Lane
Hertford
Hertfordshire
SG13 8DE
United Kingdom

Telephone

01992 658102

Email

sarah.baldwin1@hertfordshire.gov.uk