Notice Information
Notice Title
HCC - 03/23 - The Provision of Transport Infrastructure and Planning Services Framework (2023)
Notice 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 ... Additional information: 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
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-2a0bb83e-0497-4a79-8008-e250998e5491
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/cc2a1312-9953-4c85-8d9c-04bd7fe22397
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
60 - Transport services (excl. Waste transport)
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
60100000 - Road transport services
60112000 - Public road transport services
71000000 - Architectural, construction, engineering and inspection services
71300000 - Engineering services
71310000 - Consultative engineering and construction services
71311000 - Civil engineering consultancy services
71311100 - Civil engineering support services
71311200 - Transport systems consultancy services
71311210 - Highways consultancy services
71311220 - Highways engineering services
71311300 - Infrastructure works consultancy services
71313000 - Environmental engineering consultancy services
71313100 - Noise-control consultancy services
71313400 - Environmental impact assessment for construction
71313410 - Risk or hazard assessment for construction
71313420 - Environmental standards for construction
71313430 - Environmental indicators analysis for construction
71313440 - Environmental Impact Assessment (EIA) services for construction
71313450 - Environmental monitoring for construction
71314100 - Electrical services
71315000 - Building services
71315200 - Building consultancy services
71316000 - Telecommunication consultancy services
71319000 - Expert witness services
71320000 - Engineering design services
71322000 - Engineering design services for the construction of civil engineering works
71322100 - Quantity surveying services for civil engineering works
71322200 - Pipeline-design services
71322300 - Bridge-design services
71322500 - Engineering-design services for traffic installations
71323000 - Engineering-design services for industrial process and production
71324000 - Quantity surveying services
71325000 - Foundation-design services
71326000 - Ancillary building services
71327000 - Load-bearing structure design services
71328000 - Verification of load-bearing structure design services
71330000 - Miscellaneous engineering services
71335000 - Engineering studies
71336000 - Engineering support services
71340000 - Integrated engineering services
71500000 - Construction-related services
71510000 - Site-investigation services
71520000 - Construction supervision services
71530000 - Construction consultancy services
71540000 - Construction management services
71600000 - Technical testing, analysis and consultancy services
71621000 - Technical analysis or consultancy services
71630000 - Technical inspection and testing services
71631000 - Technical inspection services
71631400 - Technical inspection services of engineering structures
71800000 - Consulting services for water-supply and waste consultancy
72300000 - Data services
72310000 - Data-processing services
72313000 - Data capture services
72314000 - Data collection and collation services
72316000 - Data analysis services
73000000 - Research and development services and related consultancy services
73200000 - Research and development consultancy services
73210000 - Research consultancy services
73220000 - Development consultancy services
79400000 - Business and management consultancy and related services
90000000 - Sewage, refuse, cleaning and environmental services
90500000 - Refuse and waste related services
90700000 - Environmental services
90710000 - Environmental management
90711000 - Environmental impact assessment other than for construction
90711100 - Risk or hazard assessment other than for construction
90711200 - Environmental standards other than for construction
90711300 - Environmental indicators analysis other than for construction
90711400 - Environmental Impact Assessment (EIA) services other than for construction
90711500 - Environmental monitoring other than for construction
90712000 - Environmental planning
90712100 - Urban environmental development planning
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Mar 20232 years ago
- Submission Deadline
- 26 Apr 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Aug 2023 - 31 Jul 2026 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HERTFORDSHIRE COUNTY COUNCIL - ENVIRONMENT
- Contact Name
- Sarah Baldwin (HCC)
- Contact Email
- sarah.baldwin1@hertfordshire.gov.uk
- Contact Phone
- 01992 658102
Buyer Location
- Locality
- HERTFORDSHIRE
- Postcode
- SG13 8DE
- Post Town
- Stevenage
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH2 Bedfordshire and Hertfordshire
- Small Region (ITL 3)
- TLH26 North and East Hertfordshire
- Delivery Location
- Not specified
-
- Local Authority
- East Hertfordshire
- Electoral Ward
- Hertford Castle
- Westminster Constituency
- Hertford and Stortford
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/cc2a1312-9953-4c85-8d9c-04bd7fe22397
6th March 2023 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-2a0bb83e-0497-4a79-8008-e250998e5491-2023-03-06T16:31:35Z",
"date": "2023-03-06T16:31:35Z",
"ocid": "ocds-b5fd17-2a0bb83e-0497-4a79-8008-e250998e5491",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "IT-285-7348-HCC2314558",
"title": "HCC - 03/23 - The Provision of Transport Infrastructure and Planning Services Framework (2023)",
"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 ... Additional information: 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",
"datePublished": "2023-03-06T14:06:26Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "60100000",
"description": "Road transport services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71313410",
"description": "Risk or hazard assessment for construction"
},
{
"scheme": "CPV",
"id": "71631000",
"description": "Technical inspection services"
},
{
"scheme": "CPV",
"id": "71340000",
"description": "Integrated engineering services"
},
{
"scheme": "CPV",
"id": "90711200",
"description": "Environmental standards other than for construction"
},
{
"scheme": "CPV",
"id": "71311100",
"description": "Civil engineering support services"
},
{
"scheme": "CPV",
"id": "71311210",
"description": "Highways consultancy services"
},
{
"scheme": "CPV",
"id": "71313400",
"description": "Environmental impact assessment for construction"
},
{
"scheme": "CPV",
"id": "71319000",
"description": "Expert witness services"
},
{
"scheme": "CPV",
"id": "71315200",
"description": "Building consultancy services"
},
{
"scheme": "CPV",
"id": "71311200",
"description": "Transport systems consultancy services"
},
{
"scheme": "CPV",
"id": "71336000",
"description": "Engineering support services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71313430",
"description": "Environmental indicators analysis for construction"
},
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
},
{
"scheme": "CPV",
"id": "71313420",
"description": "Environmental standards for construction"
},
{
"scheme": "CPV",
"id": "71322200",
"description": "Pipeline-design services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "71322500",
"description": "Engineering-design services for traffic installations"
},
{
"scheme": "CPV",
"id": "71316000",
"description": "Telecommunication consultancy services"
},
{
"scheme": "CPV",
"id": "71631400",
"description": "Technical inspection services of engineering structures"
},
{
"scheme": "CPV",
"id": "71313450",
"description": "Environmental monitoring for construction"
},
{
"scheme": "CPV",
"id": "71326000",
"description": "Ancillary building services"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "73220000",
"description": "Development consultancy services"
},
{
"scheme": "CPV",
"id": "71330000",
"description": "Miscellaneous engineering services"
},
{
"scheme": "CPV",
"id": "71520000",
"description": "Construction supervision services"
},
{
"scheme": "CPV",
"id": "90711100",
"description": "Risk or hazard assessment other than for construction"
},
{
"scheme": "CPV",
"id": "72310000",
"description": "Data-processing services"
},
{
"scheme": "CPV",
"id": "71313440",
"description": "Environmental Impact Assessment (EIA) services for construction"
},
{
"scheme": "CPV",
"id": "90712100",
"description": "Urban environmental development planning"
},
{
"scheme": "CPV",
"id": "90500000",
"description": "Refuse and waste related services"
},
{
"scheme": "CPV",
"id": "71311300",
"description": "Infrastructure works consultancy services"
},
{
"scheme": "CPV",
"id": "73200000",
"description": "Research and development consultancy services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "72316000",
"description": "Data analysis services"
},
{
"scheme": "CPV",
"id": "71313000",
"description": "Environmental engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71325000",
"description": "Foundation-design services"
},
{
"scheme": "CPV",
"id": "71328000",
"description": "Verification of load-bearing structure design services"
},
{
"scheme": "CPV",
"id": "71322300",
"description": "Bridge-design services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71314100",
"description": "Electrical services"
},
{
"scheme": "CPV",
"id": "71323000",
"description": "Engineering-design services for industrial process and production"
},
{
"scheme": "CPV",
"id": "71313100",
"description": "Noise-control consultancy services"
},
{
"scheme": "CPV",
"id": "71322100",
"description": "Quantity surveying services for civil engineering works"
},
{
"scheme": "CPV",
"id": "90710000",
"description": "Environmental management"
},
{
"scheme": "CPV",
"id": "90712000",
"description": "Environmental planning"
},
{
"scheme": "CPV",
"id": "71510000",
"description": "Site-investigation services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "71315000",
"description": "Building services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "90711500",
"description": "Environmental monitoring other than for construction"
},
{
"scheme": "CPV",
"id": "71800000",
"description": "Consulting services for water-supply and waste consultancy"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "71327000",
"description": "Load-bearing structure design services"
},
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "90711300",
"description": "Environmental indicators analysis other than for construction"
},
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or consultancy services"
},
{
"scheme": "CPV",
"id": "71335000",
"description": "Engineering studies"
},
{
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "72313000",
"description": "Data capture services"
},
{
"scheme": "CPV",
"id": "72314000",
"description": "Data collection and collation services"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "90711400",
"description": "Environmental Impact Assessment (EIA) services other than for construction"
},
{
"scheme": "CPV",
"id": "90711000",
"description": "Environmental impact assessment other than for construction"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "71311220",
"description": "Highways engineering services"
},
{
"scheme": "CPV",
"id": "60112000",
"description": "Public road transport services"
},
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "SG13 8DE"
},
{
"region": "East of England",
"countryName": "United Kingdom"
},
{
"postalCode": "SG13 8DE"
},
{
"region": "East of England",
"countryName": "United Kingdom"
}
]
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2023-04-26T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2023-08-01T01:00:00+01:00",
"endDate": "2026-07-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/cc2a1312-9953-4c85-8d9c-04bd7fe22397",
"datePublished": "2023-03-06T14:06:26Z",
"format": "text/html",
"language": "en",
"dateModified": "2023-03-06T16:31:35Z"
}
]
},
"parties": [
{
"id": "GB-CFS-194046",
"name": "Hertfordshire County Council - Environment",
"identifier": {
"legalName": "Hertfordshire County Council - Environment"
},
"address": {
"streetAddress": "Pegs Lane, Hertford",
"locality": "Hertfordshire",
"postalCode": "SG13 8DE",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Sarah Baldwin (HCC)",
"email": "sarah.baldwin1@hertfordshire.gov.uk",
"telephone": "01992 658102"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-194046",
"name": "Hertfordshire County Council - Environment"
}
}