← Back to opportunities

HCC - 01/26 - Provision of Hertfordshire Public Rights of Way Vegetation Management 2026-2030

Hertfordshire County Council

Buyer Contact Info

Buyer Name: Hertfordshire County Council

Buyer Address: Robertson House, Six Hills Way, Stevenage, UKH23, SG1 2FQ, United Kingdom

Contact Email: strategic.procurement@hertfordshire.gov.uk

Status
active
Procedure
open
Value
869500.0 GBP
Gross: 1043400.0 GBP
Published
06 Jan 2026, 12:40
Deadline
06 Feb 2026, 12:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://in-tendhost.co.uk/supplyhertfordshire

Link Description: 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

External Link: https://www.find-tender.service.gov.uk/Notice/000653-2026

Link Description: Tender notice on Find a Tender

Lots

Lot Title: Lot 1 East Herts District (EHD)

Lot Description: As per Schedule 1 of the Contract Document for Lot 1

Lot 1 Status: active

Lot 1 Value: GBP 303,125.00

Lot 1 Value (Gross): GBP 363,750.00

Lot 1 Contract Start: 2026-05-01T00:00:00+01:00

Lot 1 Contract End: 2030-04-30T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (price): Simple description

Lot Title: Lot 2 Hertsmere Borough (HB)

Lot Description: As per Schedule 1 of the Contract Document for Lot 2

Lot 2 Status: active

Lot 2 Value: GBP 42,125.00

Lot 2 Value (Gross): GBP 50,550.00

Lot 2 Contract Start: 2026-05-01T00:00:00+01:00

Lot 2 Contract End: 2030-04-30T23:59:59+01:00

Lot 2 SME Suitable: Yes

Lot 2 Award Criterion (price): Simple description

Lot Title: Lot 3 North Herts District (NHD)

Lot Description: As per Schedule 1 of the Contract Document for Lot 3

Lot 3 Status: active

Lot 3 Value: GBP 243,125.00

Lot 3 Value (Gross): GBP 291,750.00

Lot 3 Contract Start: 2026-05-01T00:00:00+01:00

Lot 3 Contract End: 2030-04-30T23:59:59+01:00

Lot 3 SME Suitable: Yes

Lot 3 Award Criterion (price): Simple description

Lot Title: Lot 4 St Albans City & District (SACD)

Lot Description: As per Schedule 1 of the Contract Document for Lot 4

Lot 4 Status: active

Lot 4 Value: GBP 153,125.00

Lot 4 Value (Gross): GBP 183,750.00

Lot 4 Contract Start: 2026-05-01T00:00:00+01:00

Lot 4 Contract End: 2030-04-30T23:59:59+01:00

Lot 4 SME Suitable: Yes

Lot 4 Award Criterion (price): Simple description

Lot Title: Lot 5 Stevenage Borough (SB)

Lot Description: As per Schedule 1 of the Contract Document for Lot 5

Lot 5 Status: active

Lot 5 Value: GBP 13,625.00

Lot 5 Value (Gross): GBP 16,350.00

Lot 5 Contract Start: 2026-05-01T00:00:00+01:00

Lot 5 Contract End: 2030-04-30T23:59:59+01:00

Lot 5 SME Suitable: Yes

Lot 5 Award Criterion (price): Simple description

Lot Title: Lot 6 Three Rivers District (TRD)

Lot Description: As per Schedule 1 of the Contract Document for Lot 6

Lot 6 Status: active

Lot 6 Value: GBP 45,125.00

Lot 6 Value (Gross): GBP 54,150.00

Lot 6 Contract Start: 2026-05-01T00:00:00+01:00

Lot 6 Contract End: 2030-04-30T23:59:59+01:00

Lot 6 SME Suitable: Yes

Lot 6 Award Criterion (price): Simple description

Lot Title: Lot 7 Watford Borough (WB)

Lot Description: As per Schedule 1 of the Contract Document for Lot 7

Lot 7 Status: active

Lot 7 Value: GBP 6,125.00

Lot 7 Value (Gross): GBP 7,350.00

Lot 7 Contract Start: 2026-05-01T00:00:00+01:00

Lot 7 Contract End: 2030-04-30T23:59:59+01:00

Lot 7 SME Suitable: Yes

Lot 7 Award Criterion (price): Simple description

Lot Title: Lot 8 Welwyn Hatfield Borough (WHB)

Lot Description: As per Schedule 1 of the Contract Document for Lot 8

Lot 8 Status: active

Lot 8 Value: GBP 63,125.00

Lot 8 Value (Gross): GBP 75,750.00

Lot 8 Contract Start: 2026-05-01T00:00:00+01:00

Lot 8 Contract End: 2030-04-30T23:59:59+01:00

Lot 8 SME Suitable: Yes

Lot 8 Award Criterion (price): Simple description

Documents

Document Description: 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

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PWJT-5264-WYMY",
    "name": "Hertfordshire County Council"
  },
  "date": "2026-01-06T12:40:52Z",
  "id": "000653-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-06000c",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Stevenage",
        "postalCode": "SG1 2FQ",
        "region": "UKH23",
        "streetAddress": "Robertson House, Six Hills Way"
      },
      "contactPoint": {
        "email": "strategic.procurement@hertfordshire.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "http://www.hertfordshire.gov.uk"
      },
      "id": "GB-PPON-PWJT-5264-WYMY",
      "identifier": {
        "id": "PWJT-5264-WYMY",
        "scheme": "GB-PPON"
      },
      "name": "Hertfordshire County Council",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-03-17T23:59:59+00:00"
    },
    "contractTerms": {
      "financialTerms": "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": "Hertfordshire County Council is currently out to procurement for the Provision of Hertfordshire Public Rights of Way Vegetation Management 2026-2030\nThe 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.\nTenderers\u2019 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.\nLot number\tLot Title\nLot 1\t                East Herts District (EHD)\nLot 2\t                Hertsmere Borough (HB)\nLot 3\t                North Herts District (NHD)\nLot 4\t                St Albans City \u0026 District (SACD)\nLot 5\t                Stevenage Borough (SB)\nLot 6\t                Three Rivers District (TRD)\nLot 7\t                Watford Borough (WB)\nLot 8\t                Welwyn Hatfield Borough (WHB)\nPlease refer to the tender documents for full details.\nThis procurement is an open process.  Organisations wishing to take part in this project are invited to \u2018express an interest\u2019 and also \u2018opt in\u2019 which will give access to the full procurement documents in the e-tendering system.\nTo be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 6th February 2026.\nPlease allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. \nPlease ensure that where possible documents are uploaded as a PDF and that file names are succinct.  \nAny 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.\nTenderers 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.\nPlease note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.\nTo access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home",
    "documents": [
      {
        "description": "Please either register or log in to the above web address, and then \u0027express interest\u0027 and \u0027opt in\u0027 in order to view the full set of documentation relating to this tender opportunity",
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://in-tendhost.co.uk/supplyhertfordshire"
      },
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2026-01-06T12:40:52Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "000653-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/000653-2026"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-01-23T12:00:00+00:00"
    },
    "id": "HCC2517304",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services",
            "id": "77000000",
            "scheme": "CPV"
          },
          {
            "description": "Horticultural services",
            "id": "77300000",
            "scheme": "CPV"
          },
          {
            "description": "Planting and maintenance services of green areas",
            "id": "77310000",
            "scheme": "CPV"
          },
          {
            "description": "Weed-clearance services",
            "id": "77312000",
            "scheme": "CPV"
          },
          {
            "description": "Grounds maintenance services",
            "id": "77314000",
            "scheme": "CPV"
          },
          {
            "description": "Tree pruning and hedge trimming",
            "id": "77340000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH23"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services",
            "id": "77000000",
            "scheme": "CPV"
          },
          {
            "description": "Horticultural services",
            "id": "77300000",
            "scheme": "CPV"
          },
          {
            "description": "Planting and maintenance services of green areas",
            "id": "77310000",
            "scheme": "CPV"
          },
          {
            "description": "Weed-clearance services",
            "id": "77312000",
            "scheme": "CPV"
          },
          {
            "description": "Grounds maintenance services",
            "id": "77314000",
            "scheme": "CPV"
          },
          {
            "description": "Tree pruning and hedge trimming",
            "id": "77340000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH23"
          }
        ],
        "id": "2",
        "relatedLot": "2"
      },
      {
        "additionalClassifications": [
          {
            "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services",
            "id": "77000000",
            "scheme": "CPV"
          },
          {
            "description": "Horticultural services",
            "id": "77300000",
            "scheme": "CPV"
          },
          {
            "description": "Planting and maintenance services of green areas",
            "id": "77310000",
            "scheme": "CPV"
          },
          {
            "description": "Weed-clearance services",
            "id": "77312000",
            "scheme": "CPV"
          },
          {
            "description": "Grounds maintenance services",
            "id": "77314000",
            "scheme": "CPV"
          },
          {
            "description": "Tree pruning and hedge trimming",
            "id": "77340000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH23"
          }
        ],
        "id": "3",
        "relatedLot": "3"
      },
      {
        "additionalClassifications": [
          {
            "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services",
            "id": "77000000",
            "scheme": "CPV"
          },
          {
            "description": "Horticultural services",
            "id": "77300000",
            "scheme": "CPV"
          },
          {
            "description": "Planting and maintenance services of green areas",
            "id": "77310000",
            "scheme": "CPV"
          },
          {
            "description": "Weed-clearance services",
            "id": "77312000",
            "scheme": "CPV"
          },
          {
            "description": "Grounds maintenance services",
            "id": "77314000",
            "scheme": "CPV"
          },
          {
            "description": "Tree pruning and hedge trimming",
            "id": "77340000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH23"
          }
        ],
        "id": "4",
        "relatedLot": "4"
      },
      {
        "additionalClassifications": [
          {
            "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services",
            "id": "77000000",
            "scheme": "CPV"
          },
          {
            "description": "Horticultural services",
            "id": "77300000",
            "scheme": "CPV"
          },
          {
            "description": "Planting and maintenance services of green areas",
            "id": "77310000",
            "scheme": "CPV"
          },
          {
            "description": "Weed-clearance services",
            "id": "77312000",
            "scheme": "CPV"
          },
          {
            "description": "Grounds maintenance services",
            "id": "77314000",
            "scheme": "CPV"
          },
          {
            "description": "Tree pruning and hedge trimming",
            "id": "77340000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH23"
          }
        ],
        "id": "5",
        "relatedLot": "5"
      },
      {
        "additionalClassifications": [
          {
            "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services",
            "id": "77000000",
            "scheme": "CPV"
          },
          {
            "description": "Horticultural services",
            "id": "77300000",
            "scheme": "CPV"
          },
          {
            "description": "Planting and maintenance services of green areas",
            "id": "77310000",
            "scheme": "CPV"
          },
          {
            "description": "Weed-clearance services",
            "id": "77312000",
            "scheme": "CPV"
          },
          {
            "description": "Grounds maintenance services",
            "id": "77314000",
            "scheme": "CPV"
          },
          {
            "description": "Tree pruning and hedge trimming",
            "id": "77340000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH23"
          }
        ],
        "id": "6",
        "relatedLot": "6"
      },
      {
        "additionalClassifications": [
          {
            "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services",
            "id": "77000000",
            "scheme": "CPV"
          },
          {
            "description": "Horticultural services",
            "id": "77300000",
            "scheme": "CPV"
          },
          {
            "description": "Planting and maintenance services of green areas",
            "id": "77310000",
            "scheme": "CPV"
          },
          {
            "description": "Weed-clearance services",
            "id": "77312000",
            "scheme": "CPV"
          },
          {
            "description": "Grounds maintenance services",
            "id": "77314000",
            "scheme": "CPV"
          },
          {
            "description": "Tree pruning and hedge trimming",
            "id": "77340000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH23"
          }
        ],
        "id": "7",
        "relatedLot": "7"
      },
      {
        "additionalClassifications": [
          {
            "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services",
            "id": "77000000",
            "scheme": "CPV"
          },
          {
            "description": "Horticultural services",
            "id": "77300000",
            "scheme": "CPV"
          },
          {
            "description": "Planting and maintenance services of green areas",
            "id": "77310000",
            "scheme": "CPV"
          },
          {
            "description": "Weed-clearance services",
            "id": "77312000",
            "scheme": "CPV"
          },
          {
            "description": "Grounds maintenance services",
            "id": "77314000",
            "scheme": "CPV"
          },
          {
            "description": "Tree pruning and hedge trimming",
            "id": "77340000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH23"
          }
        ],
        "id": "8",
        "relatedLot": "8"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further."
        },
        "contractPeriod": {
          "endDate": "2030-04-30T23:59:59+01:00",
          "maxExtentDate": "2032-04-30T23:59:59+00:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "As per Schedule 1 of the Contract Document for Lot 1",
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "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"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "economic"
            },
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Lot 1\tEast Herts District (EHD)",
        "value": {
          "amount": 303125.0,
          "amountGross": 363750.0,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further."
        },
        "contractPeriod": {
          "endDate": "2030-04-30T23:59:59+01:00",
          "maxExtentDate": "2032-04-30T23:59:59+00:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "As per Schedule 1 of the Contract Document for Lot 2",
        "hasRenewal": true,
        "id": "2",
        "renewal": {
          "description": "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"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "economic"
            },
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Lot 2\tHertsmere Borough (HB)",
        "value": {
          "amount": 42125.0,
          "amountGross": 50550.0,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further."
        },
        "contractPeriod": {
          "endDate": "2030-04-30T23:59:59+01:00",
          "maxExtentDate": "2032-04-30T23:59:59+00:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "As per Schedule 1 of the Contract Document for Lot 3",
        "hasRenewal": true,
        "id": "3",
        "renewal": {
          "description": "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"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "economic"
            },
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Lot 3\tNorth Herts District (NHD)",
        "value": {
          "amount": 243125.0,
          "amountGross": 291750.0,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further."
        },
        "contractPeriod": {
          "endDate": "2030-04-30T23:59:59+01:00",
          "maxExtentDate": "2032-04-30T23:59:59+00:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "As per Schedule 1 of the Contract Document for Lot 4",
        "hasRenewal": true,
        "id": "4",
        "renewal": {
          "description": "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"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "economic"
            },
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Lot 4\tSt Albans City \u0026 District (SACD)",
        "value": {
          "amount": 153125.0,
          "amountGross": 183750.0,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further."
        },
        "contractPeriod": {
          "endDate": "2030-04-30T23:59:59+01:00",
          "maxExtentDate": "2032-04-30T23:59:59+00:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "As per Schedule 1 of the Contract Document for Lot 5",
        "hasRenewal": true,
        "id": "5",
        "renewal": {
          "description": "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"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "economic"
            },
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Lot 5\tStevenage Borough (SB)",
        "value": {
          "amount": 13625.0,
          "amountGross": 16350.0,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further."
        },
        "contractPeriod": {
          "endDate": "2030-04-30T23:59:59+01:00",
          "maxExtentDate": "2032-04-30T23:59:59+00:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "As per Schedule 1 of the Contract Document for Lot 6",
        "hasRenewal": true,
        "id": "6",
        "renewal": {
          "description": "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"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "economic"
            },
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Lot 6\tThree Rivers District (TRD)",
        "value": {
          "amount": 45125.0,
          "amountGross": 54150.0,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further."
        },
        "contractPeriod": {
          "endDate": "2030-04-30T23:59:59+01:00",
          "maxExtentDate": "2032-04-30T23:59:59+00:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "As per Schedule 1 of the Contract Document for Lot 7",
        "hasRenewal": true,
        "id": "7",
        "renewal": {
          "description": "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"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "economic"
            },
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Lot 7\tWatford Borough (WB)",
        "value": {
          "amount": 6125.0,
          "amountGross": 7350.0,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further.",
              "name": "Simple description",
              "type": "price"
            }
          ],
          "weightingDescription": "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:-\nMandatory Requirements (Pass/Fail)\t\t\t\t\nPRELIMINARY QUESTIONS - Non-Scored - Bid Form 1\nPart 1 \u2013 Registration on FTS (CDP) And Exclusion Information \t\t\t\t\nPart 1A - Pass/Fail - Bid Form 2\nPart 1B - Associated Persons - Pass/Fail - Bid Form 3\nPart 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4\nPart 2 - Conditions of Participation\t\t\t\t\nPart 2A - Economic \u0026 Financial Standing\t\t\t\t\nEconomic and Financial Standing - Pass/Fail - Bid Form 5\nPart 2B - Technical \u0026 Professional Ability\t\t\t\t\nInsurance - Pass/Fail - Bid Form 6\nRight to Work in the UK - Pass/Fail - Bid Form 7\nModern Slavery - Pass/Fail - Bid Form 8\nHealth and Safety - Pass/Fail - Bid Form 9\nRelevant experience and Contract examples - Pass/Fail - Bid Form 10\nStage 3 \u2013 Award (Award Criteria)\t\t\t\t\nStage 3A - Price - Tier 1 - 70%\t\t\t\nFixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11\nSchedule of Rates - Non-Scored - Bid Form 12\nStage 3B - Quality - Tier 1- 30%\t\t\t\nService Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13\nProject Approach: Method Statement - Tier 2 - 35% - Bid Form 14\nKey Personnel - Tier 2 - 20% - Bid Form 15\nResource Allocation - Tier 2 - 20% - Bid Form 16\nEach scored question will be reviewed and scored by a minimum of two (2) evaluators, experienced in the subject matter of the question and working independently. Evaluators will then attend a moderation meeting chaired by an independent moderator who is not responsible for scoring but will facilitate discussions between the evaluators to agree a final moderated score and final feedback for Tenderers.\n*Quality questions in Stage 3B must each obtain a minimum score of 3 (satisfactory). Bidders with a score below 3 on any of the questions will not be considered further."
        },
        "contractPeriod": {
          "endDate": "2030-04-30T23:59:59+01:00",
          "maxExtentDate": "2032-04-30T23:59:59+00:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "As per Schedule 1 of the Contract Document for Lot 8",
        "hasRenewal": true,
        "id": "8",
        "renewal": {
          "description": "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"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "economic"
            },
            {
              "description": "Please refer to the Instructions to Tenderers and Response Document for full details",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Lot 8\tWelwyn Hatfield Borough (WHB)",
        "value": {
          "amount": 63125.0,
          "amountGross": 75750.0,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "riskDetails": "In February 2025 the UK Government formally invited Hertfordshire County Council (the \u201dCouncil\u201d) 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. \nAs 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.\nTenderers should note that any variation(s) to the terms and conditions of the contract will be made in accordance with its terms.",
    "status": "active",
    "submissionMethodDetails": "https://in-tendhost.co.uk/supplyhertfordshire",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2026-02-06T12:00:00+00:00"
    },
    "title": "HCC - 01/26 - Provision of Hertfordshire Public Rights of Way Vegetation Management 2026-2030",
    "value": {
      "amount": 869500.0,
      "amountGross": 1043400.0,
      "currency": "GBP"
    }
  }
}