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.
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
Share this notice
Closing: 26 April 2023, 12pm