Tender Details
Title
HCC May 2024 - The Provision of Multi Supplier Framework for Property Works 2024 - 2028 Hertfordshire County Council (the 'Council') is currently out to procurement for the Provision of a Multi-Supplier Framework for Property Works 2024 - 2028. Further information regarding this opportunity can be found in II.2.4 and VI.3 below. Organisations wishing to take part in this project ...
Country
Language
English
Organization
Published Date
15.05.2024
Deadline Date
26.06.2024
Overview
HCC May 2024 - The Provision of Multi Supplier Framework for Property Works 2024 - 2028 Hertfordshire County Council (the 'Council') is currently out to procurement for the Provision of a Multi-Supplier Framework for Property Works 2024 - 2028. Further information regarding this opportunity can be found in II.2.4 and VI.3 below. Organisations wishing to take part in this project ... Hertfordshire County Council HCC May 2024 - The Provision of Multi Supplier Framework for Property Works 2024 - 2028 - Opportunity HCC May 2024 - The Provision of Multi Supplier Framework for Property Works 2024 - 2028 Hertfordshire County Council F02: Contract notice Notice reference: 2024/S 000-015475 Published 15 May 2024, 3:48pm Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object (5 lots)II. Object (5 lots) Scope of the procurement Lot 5. Refurbishment, Adaptation, Extensions, Retrofit and New Build Lot 1. Asbestos Removal Lot 2. Roofing Lot 3. Window Walling Lot 4. Heating, Cooling, Ventilation and Electrical three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses Hertfordshire County Council Pegs Lane HERTFORD SG13 8DE Contact Stef Campbell Email stef.campbell@hertfordshire.gov.uk Country United Kingdom NUTS code UKH23 - Hertfordshire Internet address(es) Main address http://www.hertfordshire.gov.uk Buyer's address https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home one.3) CommunicationI.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Tenders or requests to participate must be submitted to the above-mentioned address one.4) Type of the contracting authorityI.4) Type of the contracting authority Regional or local authority one.5) Main activityI.5) Main activity General public services Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title HCC May 2024 - The Provision of Multi Supplier Framework for Property Works 2024 - 2028 Reference number HCC2314678 two.1.2) Main CPV codeII.1.2) Main CPV code 45000000 - Construction work two.1.3) Type of contractII.1.3) Type of contract Works two.1.4) Short descriptionII.1.4) Short description Hertfordshire County Council (the ‘Council’) is currently out to procurement for the Provision of a Multi-Supplier Framework for Property Works 2024 - 2028. Further information regarding this opportunity can be found in II.2.4 and VI.3 below. 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. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above. two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £121,200,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for all lots two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Refurbishment, Adaptation, Extensions, Retrofit and New Build Lot No 5 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 45000000 - Construction work 45450000 - Other building completion work 45262800 - Building extension work 45214200 - Construction work for school buildings 45215214 - Residential homes construction work 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings 45214230 - Special school construction work 45215221 - Daycare centre construction work 45215213 - Nursing home construction work 45440000 - Painting and glazing work 45215215 - Children's home construction work 45214220 - Secondary school construction work 45215222 - Civic centre construction work 45214000 - Construction work for buildings relating to education and research 45320000 - Insulation work 45310000 - Electrical installation work 45100000 - Site preparation work 45214610 - Laboratory building construction work 45210000 - Building construction work 45262700 - Building alteration work 45214300 - Construction work for college buildings 45214100 - Construction work for kindergarten buildings 45214210 - Primary school construction work 45262690 - Refurbishment of run-down buildings 45430000 - Floor and wall covering work 45215220 - Construction work for social facilities other than subsidised residential accommodation 45400000 - Building completion work 45420000 - Joinery and carpentry installation work 45214710 - Entrance hall construction work two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKH23 - Hertfordshire two.2.4) Description of the procurementII.2.4) Description of the procurement Hertfordshire County Council (hereinafter referred to as the Council) has a requirement for the Provision of a Multi-Supplier Framework for Property Works.The Council’s Property Team delivers building and construction projects for the Council’s portfolio which includes schools, libraries, fire service buildings, adult care service buildings, Rural Estate and the Council’s offices. The requirement is divided into five Lots as detailed below - Lot 1 Asbestos RemovalLot 2 Roofing Lot 3 Window WallingLot 4 Heating, Cooling Ventilation & ElectricalLot 5 Refurbishment, Adaptation, Extensions, Retrofit and New BuildThis Lot 5 is for Refurbishment, Adaptation, Extensions, Retrofit and New Build. Tenderers may submit a tender for any/all Lots.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the full term of four years and for all Lots. For the avoidance of doubt, the estimated annual value of the Framework Agreement will be approximately £30,300,000.00. The estimated annual value of this Lot 5 will be £8,750,000.00Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Works provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate. two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals This Framework Agreement will be reviewed at the end of the Framework Agreement period. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: Yes two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Asbestos Removal Lot No 1 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 45262660 - Asbestos-removal work two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKH23 - Hertfordshire two.2.4) Description of the procurementII.2.4) Description of the procurement Hertfordshire County Council (hereinafter referred to as the Council) has a requirement for the Provision of a Multi-Supplier Framework for Property Works.The Council’s Property Team delivers building and construction projects for the Council’s portfolio which includes schools, libraries, fire service buildings, adult care service buildings, Rural Estate and the Council’s offices. The requirement is divided into five Lots as detailed below - Lot 1 Asbestos RemovalLot 2 Roofing Lot 3 Window WallingLot 4 Heating, Cooling Ventilation & ElectricalLot 5 Refurbishment, Adaptation, Extensions, Retrofit and New BuildThis Lot 1 is for Asbestos Removal. Tenderers may submit a tender for any/all Lots.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the full term of four years and for all Lots. For the avoidance of doubt, the estimated annual value of the Framework Agreement will be approximately £30,300,000.00. The estimated annual value of this Lot 1 will be £300,000.00Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Works provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate. two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals The Council will review its options towards the end of the Framework Agreement. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Roofing Lot No 2 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 45260000 - Roof works and other special trade construction works 45261211 - Roof-tiling work 45261200 - Roof-covering and roof-painting work 45214200 - Construction work for school buildings 45215214 - Residential homes construction work 45261222 - Cement roof-coating work 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings 45214230 - Special school construction work 45261220 - Roof-painting and other coating work 45215220 - Construction work for social facilities other than subsidised residential accommodation 45214300 - Construction work for college buildings 45261400 - Sheeting work 45310000 - Electrical installation work 45261000 - Erection and related works of roof frames and coverings 45440000 - Painting and glazing work 45215215 - Children's home construction work 45100000 - Site preparation work 45214220 - Secondary school construction work 45261210 - Roof-covering work 45320000 - Insulation work 45214000 - Construction work for buildings relating to education and research 45261213 - Metal roof-covering work 45261212 - Roof-slating work 45215222 - Civic centre construction work 45261300 - Flashing and guttering work 45261100 - Roof-framing work 45214610 - Laboratory building construction work 45210000 - Building construction work 45261214 - Bituminous roof-covering work 45261215 - Solar panel roof-covering work 45261221 - Roof-painting work 45215213 - Nursing home construction work 45214100 - Construction work for kindergarten buildings 45214210 - Primary school construction work 45215221 - Daycare centre construction work 45261420 - Waterproofing work 45430000 - Floor and wall covering work 45261310 - Flashing work 45261900 - Roof repair and maintenance work 45450000 - Other building completion work 45261410 - Roof insulation work 45400000 - Building completion work 50700000 - Repair and maintenance services of building installations 45420000 - Joinery and carpentry installation work 45261320 - Guttering work 45000000 - Construction work two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKH23 - Hertfordshire two.2.4) Description of the procurementII.2.4) Description of the procurement Hertfordshire County Council (hereinafter referred to as the Council) has a requirement for the Provision of a Multi-Supplier Framework for Property Works.The Council’s Property Team delivers building and construction projects for the Council’s portfolio which includes schools, libraries, fire service buildings, adult care service buildings, Rural Estate and the Council’s offices. The requirement is divided into five Lots as detailed below - Lot 1 Asbestos RemovalLot 2 Roofing Lot 3 Window WallingLot 4 Heating, Cooling Ventilation & ElectricalLot 5 Refurbishment, Adaptation, Extensions, Retrofit and New BuildThis Lot 2 is for Roofing. Tenderers may submit a tender for any/all Lots.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the full term of four years and for all Lots. For the avoidance of doubt, the estimated annual value of the Framework Agreement will be approximately £30,300,000.00. The estimated annual value of this Lot 2 will be £7,500,000.00.Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Works provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate. two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals The Council will review its options towards the end of the Framework Agreement. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Window Walling Lot No 3 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 45441000 - Glazing work 45214200 - Construction work for school buildings 45215214 - Residential homes construction work 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings 45214230 - Special school construction work 45215221 - Daycare centre construction work 45215220 - Construction work for social facilities other than subsidised residential accommodation 45215213 - Nursing home construction work 45440000 - Painting and glazing work 45215215 - Children's home construction work 45214220 - Secondary school construction work 45214000 - Construction work for buildings relating to education and research 45320000 - Insulation work 45215222 - Civic centre construction work 45100000 - Site preparation work 45214610 - Laboratory building construction work 45210000 - Building construction work 45214710 - Entrance hall construction work 45214300 - Construction work for college buildings 45214100 - Construction work for kindergarten buildings 45214210 - Primary school construction work 45450000 - Other building completion work 45420000 - Joinery and carpentry installation work 45000000 - Construction work two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKH23 - Hertfordshire two.2.4) Description of the procurementII.2.4) Description of the procurement Hertfordshire County Council (hereinafter referred to as the Council) has a requirement for the Provision of a Multi-Supplier Framework for Property Works.The Council’s Property Team delivers building and construction projects for the Council’s portfolio which includes schools, libraries, fire service buildings, adult care service buildings, Rural Estate and the Council’s offices. The requirement is divided into five Lots as detailed below - Lot 1 Asbestos RemovalLot 2 Roofing Lot 3 Window WallingLot 4 Heating, Cooling Ventilation & ElectricalLot 5 Refurbishment, Adaptation, Extensions, Retrofit and New BuildThis Lot 3 is for Window Walling. Tenderers may submit a tender for any/all Lots.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the full term of four years and for all Lots. For the avoidance of doubt, the estimated annual value of the Framework Agreement will be approximately £30,300,000.00. The estimated annual value of this Lot 3 will be £5,000,000.00Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Works provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate. two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals The Council will review its options towards the end of the Framework Agreement. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Heating, Cooling, Ventilation and Electrical Lot No 4 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 50700000 - Repair and maintenance services of building installations 45315000 - Electrical installation work of heating and other electrical building-equipment 50721000 - Commissioning of heating installations 51100000 - Installation services of electrical and mechanical equipment 50712000 - Repair and maintenance services of mechanical building installations 51120000 - Installation services of mechanical equipment 45312000 - Alarm system and antenna installation work 45311000 - Electrical wiring and fitting work 45310000 - Electrical installation work 45333000 - Gas-fitting installation work 50710000 - Repair and maintenance services of electrical and mechanical building installations 50711000 - Repair and maintenance services of electrical building installations 50720000 - Repair and maintenance services of central heating 51110000 - Installation services of electrical equipment 45330000 - Plumbing and sanitary works 45317000 - Other electrical installation work 50730000 - Repair and maintenance services of cooler groups 45313000 - Lift and escalator installation work two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKH23 - Hertfordshire two.2.4) Description of the procurementII.2.4) Description of the procurement Hertfordshire County Council (hereinafter referred to as the Council) has a requirement for the Provision of a Multi-Supplier Framework for Property Works.The Council’s Property Team delivers building and construction projects for the Council’s portfolio which includes schools, libraries, fire service buildings, adult care service buildings, Rural Estate and the Council’s offices. The requirement is divided into five Lots as detailed below - Lot 1 Asbestos RemovalLot 2 Roofing Lot 3 Window WallingLot 4 Heating, Cooling Ventilation & ElectricalLot 5 Refurbishment, Adaptation, Extensions, Retrofit and New BuildThis Lot 4 is for Heating, Cooling Ventilation & Electrical. Tenderers may submit a tender for any/all Lots and for all Lots.The estimated total value of the Framework Agreement is stated in II.1.5) of this notice and is for the full term of four years. For the avoidance of doubt, the estimated annual value of the Framework Agreement will be approximately £30,300,000.00. The estimated annual value of this Lot 4 will be £8,750,000.00Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Works provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate. two.2.5) Award criteriaII.2.5) Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 48 This contract is subject to renewal Yes Description of renewals The Council will review its options towards the end of the Framework Agreement. two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions Full details are in the tender document set. three.1.2) Economic and financial standingIII.1.2) Economic and financial standing Selection criteria as stated in the procurement documents three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability Selection criteria as stated in the procurement documents Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure four.1.3) Information about a framework agreement or a dynamic purchasing systemIV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement Framework agreement with several operators In the case of framework agreements, provide justification for any duration exceeding 4 years: N/A four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 26 June 2024 Local time 12:00pm four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders Date 26 June 2024 Local time 12:00pm Place https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: Yes six.2) Information about electronic workflowsVI.2) Information about electronic workflows Electronic invoicing will be accepted Electronic payment will be used six.3) Additional informationVI.3) Additional information Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home and follow the on-screen guidanceThis is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award the Framework Agreement or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Framework Agreement. six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body High Court Royal Courts of Justice, The Strand London WC2A 2LL Country United Kingdom six.4.2) Body responsible for mediation proceduresVI.4.2) Body responsible for mediation procedures High Court Royal Courts of Justice, The Strand London WC2A 2LL Country United Kingdom six.4.3) Review procedureVI.4.3) Review procedure Precise information on deadline(s) for review procedures The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Framework Agreement before the Framework Agreement is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Framework Agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective. six.4.4) Service from which information about the review procedure may be obtainedVI.4.4) Service from which information about the review procedure may be obtained High Court Royal Courts of Justice, The Strand London WC2A 2LL Country United Kingdom Back to top 1715786555 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action HCC May 2024 - The Provision of Multi Supplier Framework for Property Works 2024 - 2028Hertfordshire County Council  Hertfordshire County Council (the 'Council') is currently out to procurement for the Provision of a Multi-Supplier Framework for Property Works 2024 - 2028. Further information regarding this opportunity can be found in II.2.4 and VI.3 below. Organisations wishing to take part in this project ...  Notice typeF02: Contract noticeClosing26 June 2024, 12:00pmContract locationUKH23 - HertfordshireTotal value £121,200,000 Publication date15 May 2024, 3:48pm
NAICS
Business All Other Professional Jewelry Asphalt Paving Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Web Search Portals Paint Regulation Roofing Ventilation Religious Financial Transactions Processing Plumbing Justice Other Professional Cookie Construction Turned Product and Screw Other Justice Coating Machinery Regulation Roofing Colleges Colleges Jewelry Courts Agriculture Web Search Portals Plumbing Trusts Colleges Courts Financial Transactions Processing Coating Other Similar Organizations (except Business All Other Professional General Freight Trucking Other Justice Trusts Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Ventilation Construction Professional Process Metal Can Funds
CPVS
Gas-fitting installation work Escalator installation work Repair, maintenance and associated services related to aircraft and other equipment Laboratory building construction work System, storage and content management software package Residential homes construction work Other electrical installation work Carpentry installation work Refurbishment work Waterproofing work Mains Site preparation work Construction work for college buildings Electrical installation work Nuts Calendars Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Bituminous roof-covering work Construction work for buildings relating to education and research Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Desks Repair, maintenance and associated services related to marine and other equipment Painting work Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Roof-slating work Wells construction work Joinery work Office, school and office equipment cleaning services Electrical installation work of heating and other electrical building-equipment Cement roof-coating work Guttering work Solar panel roof-covering work Commissioning of heating installations Business services: law, marketing, consulting, recruitment, printing and security Heating works Construction work Construction work for school buildings Supports Insulation work Electricity, heating, solar and nuclear energy Plumbing and sanitary works Building installation work Roof-painting work Roof-covering work Civic centre construction work System, storage and content management software development services Forms Library, archives, museums and other cultural services Watches Entrance hall construction work Electrical wiring work Accommodation, building and window cleaning services Vats Installation services of equipment for measuring, checking, testing and navigating Flashing work Sheets Repair, maintenance and associated services related to roads and other equipment Windows Sheeting work Floor and wall covering work Antenna installation work Other services Primary school construction work Construction work for buildings relating to law and order Special school construction work Keys Goods used in construction Electrical, electromagnetic and mechanical treatment Repair, maintenance and associated services of vehicles and related equipment Secondary school construction work Windows, doors and related items Daycare centre construction work Architectural, construction, engineering and inspection services Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Erection and related works of roof frames and coverings Radio, television, communication, telecommunication and related equipment Roof-framing work Heating, ventilation and air-conditioning installation work Electronic, electromechanical and electrotechnical supplies Metal roof-covering work Glazing work Repair, maintenance and associated services related to railways and other equipment Plates, sheets, strip and foil related to construction materials Dates Tools, locks, keys, hinges, fasteners, chain and springs Asbestos-removal work
UNSPSC
Lifts Cement Insulation Windows Nuts Ventilation Calendars Alarm systems Awards Watches Libraries Painting Equipment cases Desks Library Laboratory building Residential home Single room Case making services High school Tent, for office use Suction pump, electrical
Regions
Europe Northern Europe
Sectors
Civil Works Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Water and Sanitation Law and Legal Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Metals and Non-Metals Education and Training Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Steel Industry Laboratory Equipment and Services Aviation Petroleum Products Electronics Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert