Section one: Contracting authority
one.1) Name and addresses
HAMPSHIRE COUNTY COUNCIL
The Castle
WINCHESTER
SO238UJ
Contact
Craig Anderson-Jones
craig.anderson-jones@hants.gov.uk
Telephone
+44 3707797920
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/Hampshire/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/Hampshire/aspx/Home
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Accident and Repairs Framework
Reference number
HC20629
two.1.2) Main CPV code
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.1.3) Type of contract
Services
two.1.4) Short description
THIS IS A CONTRACT NOTICE ON BEHALF OF HAMPSHIRE CONSTABULARY
Hampshire Constabulary are establishing a framework for the provision of repairs to their force vehicles, to commence in September 2024.
The framework will contain the following Lots:
- Lot 1 - Accident and Repairs to Cars and LCV's
- Lot 2 - Accident and Repairs to HGV'S over 7.5 tonne
- Lot 3 - Mobile SMART Repairs
This contract notice invites suppliers to tender for inclusion on the framework agreement. Full details of the requirements are provided in the tender documents which are available to bidders through the Intend tendering portal.
Further information on the requirements and estimated value of the framework agreement is provided in the Invitation to Tender.
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Accident and Repairs to Cars and LCV's
Lot No
1
two.2.2) Additional CPV code(s)
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
two.2.4) Description of the procurement
This Lot will cover repairs for Cars and Light Commercial Vehicles. The suppliers will need to collect and deliver vehicles, and ensure security of any vehicles in their responsibility.
All vehicle repairs are to be carried out according to the specifications and standards set by the vehicle manufacturer, PAS 125 accreditation and BS10125 Kitemark for Vehicle Damage Repairs and or any nationally agreed recognised equivalent alternative standard. All welding repair works must conform to BS1140 for Spot Welding and BS4872 for Mig Welding or any subsequent welding standard that is nationally recognised for motor vehicle repairs.
Full details of the requirement are found within the ITT pack.
two.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 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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2) Description
two.2.1) Title
Accident and Repairs to HGV'S over 7.5 tonne
Lot No
2
two.2.2) Additional CPV code(s)
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
two.2.4) Description of the procurement
This Lot will cover repairs for Heavy Goods Vehicles. The suppliers will need to collect and deliver vehicles, and ensure security of any vehicles in their responsibility.
All vehicle repairs are to be carried out according to the specifications and standards set by the vehicle manufacturer, PAS 125 accreditation and BS10125 Kitemark for Vehicle Damage Repairs and or any nationally agreed recognised equivalent alternative standard. All welding repair works must conform to BS1140 for Spot Welding and BS4872 for Mig Welding or any subsequent welding standard that is nationally recognised for motor vehicle repairs.
two.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 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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2) Description
two.2.1) Title
Mobile Small to Medium Area Repair Techniques (SMART)
Lot No
3
two.2.2) Additional CPV code(s)
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
two.2.4) Description of the procurement
This lot will require suppliers to provide SMART repair services across the County of Hampshire and specifically to the workshop locations advised within the specification.
two.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 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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-007472
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 June 2024
Local time
2:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
29 June 2024
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The framework agreement will be available to access by the following authorities:
Hampshire and Isle of Wight Fire Rescue Service
Hampshire County Council
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
Strand
London
WC2A 2LL
Country
United Kingdom