Section one: Contracting authority
one.1) Name and addresses
HAMPSHIRE COUNTY COUNCIL
The Castle
WINCHESTER
SO23 8UJ
Contact
Paul Drake
Telephone
+44 3707793989
Country
United Kingdom
NUTS code
UKJ3 - Hampshire and Isle of Wight
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework for the Provision of Vehicle Spares and Workshop Consumables
Reference number
CC16264
two.1.2) Main CPV code
- 34300000 - Parts and accessories for vehicles and their engines
two.1.3) Type of contract
Supplies
two.1.4) Short description
Hampshire County Council is the lead authority for the setting up of a Framework for the provision of vehicle spares
and workshop consumables for Hampshire Transport Management and its partner organisations.
The framework will be divided into lots by partner organisation as follows, Hampshire Transport Management,
Hampshire & Isle of Wight Fire & Rescue Service and Hampshire Constabulary based on a 1st ranked supplier position
followed by subsequently ranked providers to meet the needs for vehicle spares and workshop consumables for each
individual partner and their specific workshops.
This contract will operate under a 1st ranked supplier position with a 2nd and 3rd ranked supplier in a cascaded
arrangement with the option to direct award accordingly in ranked order to each lot.
Potential Suppliers will be allowed to bid for individual or all lots.
This Framework will operate for a maximum of 4 years and will include any Successor organisations to those identified within the contract notice and their subsidiaries.
two.1.5) Estimated total value
Value excluding VAT: £1,746,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Hampshire Transport Management
Lot No
1
two.2.2) Additional CPV code(s)
- 34300000 - Parts and accessories for vehicles and their engines
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
Main site or place of performance
Totton Workshop, Jacobs Gutter Lane, Totton, Southampton, Hants
SO40 9TQ.
Petersfield Workshop, Borough Road, Petersfield, Hants, GU32 3ND.
Bishops Waltham Workshop, Botley Road, Bishops Waltham
Hants, SO32 1DR.
Micheldever Workshop, Stockbridge Road, Micheldever
Hants, SO21 3BB.
Hook Workshop, Junction 5, M3 Motorway Compound
Basingstoke, RG27 9AA.
two.2.4) Description of the procurement
Provision of Vehicle Spares and Workshop Consumables
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Hampshire and Isle of Wight Fire & Rescue Service
Lot No
2
two.2.2) Additional CPV code(s)
- 34300000 - Parts and accessories for vehicles and their engines
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
Main site or place of performance
Fleet Maintenance Department, Fire & Police Headquarters
Leigh Road, Eastleigh, Hants, SO50 9SJ.
Workshop at Newport Fire Station, Pyle Street, Newport, Isle of Wight. PO30 1JQ.
two.2.4) Description of the procurement
Provision of Vehicle Spares and Consumables.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £330,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
The Chief Constable of Hampshire Constabulary
Lot No
3
two.2.2) Additional CPV code(s)
- 34300000 - Parts and accessories for vehicles and their engines
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
Main site or place of performance
Winchester Workshop, Bar End Industrial Estate, Winchester, Hants. SO23 9NP.
Fareham Workshop, Unit 20/21 Fareham Industrial Park, Fareham, Hants, PO16 8XB.
Basingstoke Workshop, Unit 14/15 Lion Court, Daneshill, Basingstoke, Hants, RG24 0QU.
Isle Of Wight Workshop, Unit 14-16 Barry Way, Newport Business Park, Newport, Isle Of Wight, PO30 5GY.
two.2.4) Description of the procurement
Provision of Workshop Consumables
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £16,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Information and formalities necessary for evaluating if the requirements are met: in accordance with Articles
57-62 of Directive 2014/24/EC and Regulation 57 of the Public Contracts Regulations 2015. Organisations are
advised it is a condition of this contract that all managers and operatives (including subcontractors) are suitably
competent to execute all trades and operations encompassed by these contracts in full compliance with UK
legislation.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Information and formalities necessary for evaluating if the requirements are met: in accordance with Articles
57-62 of Directive 2014/24/EC and Regulation 58 of the Public Contracts Regulations 2015, and set out in the
tender documentation.
Minimum level(s) of standards possibly required:
As per the requirements of Regulation 58 of the Public Contracts Regulations 2015, and set out in the Invitation
to Tender documentation.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the Procurement Documents including the Specification and Framework Terms.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
Envisaged maximum number of participants to the framework agreement: 9
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 February 2022
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 30 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 February 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Interested parties should register their interest in the project via the In-Tend website https://in-tendhost.co.uk/
hampshire and complete the Stage 1 and Stage 2 In-Tend Questionnaires, and upload supporting information
and documents as requested within the ITT by 14:00 on the 9.2.2022. Clarifications regarding the ITT must be
submitted via In-Tend by 17:00 on the 28.1.2022.
How to obtain the Invitation To Tender (ITT) Documents.
The ITT documents can be accessed when logged into In-Tend by selecting 'View Details' on the relevant
tender advert and clicking the 'Express Interest' tab. Once in the tender there are five tabs- 'Tender', 'ITT -
documents, "Correspondence", "Clarifications" and "History". Select the 2nd tab (ITT documents) where you
will find useful information under "Tender Details". Continue to scroll down to the heading "Tender Documents
Received" where you will be able to view / download the documents.
Opting In and Out:
Please note you are required to "Opt In" before you can access the "My tender Return" to start populating your
response.
The "Opt Out" functionality will also be available throughout the duration of the tender process. Opting out will
give you the option of declaring you no longer want to receive any further communication in relation to this
tender along with the opportunity of providing comments and feedback for this decision. You may amend your
decision to "Opt In or Out" at any time during the tender process.
Further Guidance:
In addition, guidance on how to participate in a tender - download & upload documents / returns and if
required, register your company (free of charge), can be found on the In-Tend site under the "Help" or'
Information for Suppliers' buttons.
Receiving Notification Emails
To ensure you receive email alerts and notifications from our system, please add the email domain '@intend.co.uk' to your Safe Senders list.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will incorporate a minimum ten (10) calendar days standstill period at the point
that information on the conclusion of the contract is communicated to all tenderers. This period allows any
unsuccessful tenderer(s) to seek further debriefing information from the contracting authority before the
conclusion of the contract. Such additional information should be requested from the address at I.1) of this
notice. If an appeal regarding the conclusion of the contract has not been successfully resolved, then the Public
Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are 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 started within thirty (30) days beginning with the date when the aggrieved party first knew
or ought to have known that grounds for starting such proceedings had arisen. The Court may extend the timelimit for starting proceedings where the Court considers that there is good reason for doing so, but not so as
to permit proceedings to be started more than three (3) months after that date. Where the contract has not
been concluded, the Court may set aside the decision to award the contract or order the contracting authority
to amend any document and may award damages. If the contract has been concluded, the Court may only
award damages, or where the award procedures have not been followed correctly, declare the contract to be
ineffective.