Tender

Framework for the Provision of Vehicle Spares and Workshop Consumables

  • HAMPSHIRE COUNTY COUNCIL

F02: Contract notice

Notice identifier: 2022/S 000-000618

Procurement identifier (OCID): ocds-h6vhtk-030902

Published 10 January 2022, 12:38pm



Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO23 8UJ

Contact

Paul Drake

Email

paul.drake@hants.gov.uk

Telephone

+44 3707793989

Country

United Kingdom

NUTS code

UKJ3 - Hampshire and Isle of Wight

Internet address(es)

Main address

https://www.hants.gov

Buyer's address

https://in-tendhost.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk

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

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.