Tender

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

HERTFORDSHIRE COUNTY COUNCIL

This public procurement record has 1 release in its history.

Tender

06 Jan 2026 at 12:40

Summary of the contracting process

Hertfordshire County Council has commenced an open tender process seeking contractors for the Provision of Hertfordshire Public Rights of Way Vegetation Management from 2026 to 2030. This procurement activity is aimed at maintaining vegetation across public rights of way, including footpaths, bridleways, and byways within the county. The project is divided into eight lots corresponding to different district and borough council areas, namely East Herts District, Hertsmere Borough, North Herts District, St Albans City & District, Stevenage Borough, Three Rivers District, Watford Borough, and Welwyn Hatfield Borough. The procurement falls under the industry categories of agricultural, forestry, horticultural, aquacultural and apicultural services. Interested parties need to express interest and submit their tenders via the e-tendering system by 12 noon on 6th February 2026, with the contract period starting on 1st May 2026. The service contract, valued at £869,500 for the core term, holds the potential for extension, subject to funding availability.

This tender represents significant business growth opportunities for firms specialising in grounds maintenance, including vegetation management, tree pruning, and weed-clearance services. Businesses of all sizes, including SMEs and voluntary, community and social enterprises, are encouraged to participate given the open and accessible nature of the procurement process. The requirement for industry-recognised certification for tools and machinery usage highlights the need for companies with qualified personnel, enhancing their eligibility and competitiveness. The financial scale and geographic spread of this tender offer significant prospects for firms looking to expand their operations within the UK's horticultural services sector. A successful bid could result in a longstanding contractual partnership with a major local authority, providing stability and potential for sustained revenue growth.

How relevant is this notice?

Notice Information

Notice Title

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

Notice 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

Lot Information

Lot 1 East Herts District (EHD)

As per Schedule 1 of the Contract Document for Lot 1

Renewal: 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

Lot 2 Hertsmere Borough (HB)

As per Schedule 1 of the Contract Document for Lot 2

Renewal: 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

Lot 3 North Herts District (NHD)

As per Schedule 1 of the Contract Document for Lot 3

Renewal: 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

Lot 4 St Albans City & District (SACD)

As per Schedule 1 of the Contract Document for Lot 4

Renewal: 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

Lot 5 Stevenage Borough (SB)

As per Schedule 1 of the Contract Document for Lot 5

Renewal: 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

Lot 6 Three Rivers District (TRD)

As per Schedule 1 of the Contract Document for Lot 6

Renewal: 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

Lot 7 Watford Borough (WB)

As per Schedule 1 of the Contract Document for Lot 7

Renewal: 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

Lot 8 Welwyn Hatfield Borough (WHB)

As per Schedule 1 of the Contract Document for Lot 8

Renewal: 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

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06000c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000653-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services


CPV Codes

77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

77300000 - Horticultural services

77310000 - Planting and maintenance services of green areas

77312000 - Weed-clearance services

77314000 - Grounds maintenance services

77340000 - Tree pruning and hedge trimming

Notice Value(s)

Tender Value
£869,500 £500K-£1M
Lots Value
£869,500 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Jan 20261 weeks ago
Submission Deadline
6 Feb 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Apr 2026 - 30 Apr 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
HERTFORDSHIRE COUNTY COUNCIL
Contact Name
Not specified
Contact Email
strategic.procurement@hertfordshire.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
STEVENAGE
Postcode
SG1 2FQ
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
TLH23 Hertfordshire CC

Local Authority
Stevenage
Electoral Ward
Symonds Green
Westminster Constituency
Stevenage

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-h6vhtk-06000c-2026-01-06T12:40:52Z",
    "date": "2026-01-06T12:40:52Z",
    "ocid": "ocds-h6vhtk-06000c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PWJT-5264-WYMY",
            "name": "Hertfordshire County Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWJT-5264-WYMY"
            },
            "address": {
                "streetAddress": "Robertson House, Six Hills Way",
                "locality": "Stevenage",
                "postalCode": "SG1 2FQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH23"
            },
            "contactPoint": {
                "email": "strategic.procurement@hertfordshire.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.hertfordshire.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWJT-5264-WYMY",
        "name": "Hertfordshire County Council"
    },
    "tender": {
        "id": "HCC2517304",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "HCC - 01/26 - Provision of Hertfordshire Public Rights of Way Vegetation Management 2026-2030",
        "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",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77312000",
                        "description": "Weed-clearance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314000",
                        "description": "Grounds maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH23",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77312000",
                        "description": "Weed-clearance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314000",
                        "description": "Grounds maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH23",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77312000",
                        "description": "Weed-clearance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314000",
                        "description": "Grounds maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH23",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77312000",
                        "description": "Weed-clearance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314000",
                        "description": "Grounds maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH23",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77312000",
                        "description": "Weed-clearance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314000",
                        "description": "Grounds maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH23",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77312000",
                        "description": "Weed-clearance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314000",
                        "description": "Grounds maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH23",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77312000",
                        "description": "Weed-clearance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314000",
                        "description": "Grounds maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH23",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "7"
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77300000",
                        "description": "Horticultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77312000",
                        "description": "Weed-clearance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314000",
                        "description": "Grounds maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH23",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "8"
            }
        ],
        "value": {
            "amountGross": 1043400,
            "amount": 869500,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://in-tendhost.co.uk/supplyhertfordshire",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-06T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-23T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-17T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 East Herts District (EHD)",
                "description": "As per Schedule 1 of the Contract Document for Lot 1",
                "status": "active",
                "value": {
                    "amountGross": 363750,
                    "amount": 303125,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2030-04-30T23:59:59+01:00",
                    "maxExtentDate": "2032-04-30T23:59:59+00:00"
                },
                "hasRenewal": true,
                "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"
                }
            },
            {
                "id": "2",
                "title": "Lot 2 Hertsmere Borough (HB)",
                "description": "As per Schedule 1 of the Contract Document for Lot 2",
                "status": "active",
                "value": {
                    "amountGross": 50550,
                    "amount": 42125,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2030-04-30T23:59:59+01:00",
                    "maxExtentDate": "2032-04-30T23:59:59+00:00"
                },
                "hasRenewal": true,
                "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"
                }
            },
            {
                "id": "3",
                "title": "Lot 3 North Herts District (NHD)",
                "description": "As per Schedule 1 of the Contract Document for Lot 3",
                "status": "active",
                "value": {
                    "amountGross": 291750,
                    "amount": 243125,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2030-04-30T23:59:59+01:00",
                    "maxExtentDate": "2032-04-30T23:59:59+00:00"
                },
                "hasRenewal": true,
                "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"
                }
            },
            {
                "id": "4",
                "title": "Lot 4 St Albans City & District (SACD)",
                "description": "As per Schedule 1 of the Contract Document for Lot 4",
                "status": "active",
                "value": {
                    "amountGross": 183750,
                    "amount": 153125,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2030-04-30T23:59:59+01:00",
                    "maxExtentDate": "2032-04-30T23:59:59+00:00"
                },
                "hasRenewal": true,
                "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"
                }
            },
            {
                "id": "5",
                "title": "Lot 5 Stevenage Borough (SB)",
                "description": "As per Schedule 1 of the Contract Document for Lot 5",
                "status": "active",
                "value": {
                    "amountGross": 16350,
                    "amount": 13625,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2030-04-30T23:59:59+01:00",
                    "maxExtentDate": "2032-04-30T23:59:59+00:00"
                },
                "hasRenewal": true,
                "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"
                }
            },
            {
                "id": "6",
                "title": "Lot 6 Three Rivers District (TRD)",
                "description": "As per Schedule 1 of the Contract Document for Lot 6",
                "status": "active",
                "value": {
                    "amountGross": 54150,
                    "amount": 45125,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2030-04-30T23:59:59+01:00",
                    "maxExtentDate": "2032-04-30T23:59:59+00:00"
                },
                "hasRenewal": true,
                "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"
                }
            },
            {
                "id": "7",
                "title": "Lot 7 Watford Borough (WB)",
                "description": "As per Schedule 1 of the Contract Document for Lot 7",
                "status": "active",
                "value": {
                    "amountGross": 7350,
                    "amount": 6125,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2030-04-30T23:59:59+01:00",
                    "maxExtentDate": "2032-04-30T23:59:59+00:00"
                },
                "hasRenewal": true,
                "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"
                }
            },
            {
                "id": "8",
                "title": "Lot 8 Welwyn Hatfield Borough (WHB)",
                "description": "As per Schedule 1 of the Contract Document for Lot 8",
                "status": "active",
                "value": {
                    "amountGross": 75750,
                    "amount": 63125,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "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:- Mandatory Requirements (Pass/Fail) PRELIMINARY QUESTIONS - Non-Scored - Bid Form 1 Part 1 - Registration on FTS (CDP) And Exclusion Information Part 1A - Pass/Fail - Bid Form 2 Part 1B - Associated Persons - Pass/Fail - Bid Form 3 Part 1C - Intended Sub-Contractors - Pass/Fail - Bid Form 4 Part 2 - Conditions of Participation Part 2A - Economic & Financial Standing Economic and Financial Standing - Pass/Fail - Bid Form 5 Part 2B - Technical & Professional Ability Insurance - Pass/Fail - Bid Form 6 Right to Work in the UK - Pass/Fail - Bid Form 7 Modern Slavery - Pass/Fail - Bid Form 8 Health and Safety - Pass/Fail - Bid Form 9 Relevant experience and Contract examples - Pass/Fail - Bid Form 10 Stage 3 - Award (Award Criteria) Stage 3A - Price - Tier 1 - 70% Fixed Prices: Tenders evaluated based on the total price for each lot individually - Tier 2 - 100% - Bid Form 11 Schedule of Rates - Non-Scored - Bid Form 12 Stage 3B - Quality - Tier 1- 30% Service Delivery: Mobilisation Plan - Tier 2- 25% - Bid Form 13 Project Approach: Method Statement - Tier 2 - 35% - Bid Form 14 Key Personnel - Tier 2 - 20% - Bid Form 15 Resource Allocation - Tier 2 - 20% - Bid Form 16 Each 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. *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."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Instructions to Tenderers and Response Document for full details"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2030-04-30T23:59:59+01:00",
                    "maxExtentDate": "2032-04-30T23:59:59+00:00"
                },
                "hasRenewal": true,
                "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"
                }
            }
        ],
        "documents": [
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "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",
                "url": "https://in-tendhost.co.uk/supplyhertfordshire"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "000653-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/000653-2026",
                "datePublished": "2026-01-06T12:40:52Z",
                "format": "text/html"
            }
        ],
        "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."
        },
        "riskDetails": "In February 2025 the UK Government formally invited Hertfordshire County Council (the \"Council\") 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. As 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. Tenderers should note that any variation(s) to the terms and conditions of the contract will be made in accordance with its terms."
    },
    "language": "en"
}