Tender

End-of-Life Vehicles for Training Purposes for Hampshire and Isle of Wight Fire and Rescue Service

  • Hampshire and Isle of Wight Fire & Rescue Service

F02: Contract notice

Notice identifier: 2021/S 000-026289

Procurement identifier (OCID): ocds-h6vhtk-029aab

Published 20 October 2021, 4:12pm



Section one: Contracting authority

one.1) Name and addresses

Hampshire and Isle of Wight Fire & Rescue Service

Leigh Road

Eastleigh

SO50 9SJ

Contact

Paul Drake

Email

procurement.partners@hants.gov.uk

Country

United Kingdom

NUTS code

UKJ3 - Hampshire and Isle of Wight

Internet address(es)

Main address

https://www.hantsfire.gov.uk/

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/

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/

Tenders or requests to participate must be submitted to the above-mentioned address

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

End-of-Life Vehicles for Training Purposes for Hampshire and Isle of Wight Fire and Rescue Service

Reference number

HF16233

two.1.2) Main CPV code

  • 34000000 - Transport equipment and auxiliary products to transportation

two.1.3) Type of contract

Supplies

two.1.4) Short description

Hampshire and Isle of Wight Fire & Rescue Service invites suitable qualified organisations with the correct approvals to tender to be part of a Framework for the provision of End-of-Life Vehicles to be used as training aids.

Hampshire and Isle of Wight Fire & Rescue Service intends to establish a Framework for the supply of depolluted End-of-Life Vehicles to be used as training aids. The training required by HIWFRS is to help enable all Firefighter staff to be fully prepared for real life emergency scenarios involving road traffic collisions. End-of-Life Vehicles are defined as per the European Regulations Directive 2000/53/EC dated 18th September 2000 (End of Life Regulations) to limit waste in relation to the vehicle and improve the environmental performance of all economic operators involved in the life-cycle of vehicles.

The duration of the Framework Agreement will be for 4 years with no extensions. The Framework will be based on two Lot's, Lot 1 Hampshire, and Lot 2 Isle of Wight. A maximum of 3 providers will be awarded to each lot. Potential Suppliers will need to pass the selection criteria and performance standards to be admitted onto the Framework. Call-offs under the Framework will operate under a ranked and cascade arrangement where the first ranked provider will be offered the opportunity to supply based on the requirements of the service at that time, if the first ranked provider is unable to fulfil the requirement then this requirement will be offered to the second ranked provider and so on.

The annual usage for the provision of End-of-Life Vehicles for training aids is approximately 610 vehicles supplied across the two Lots.

The Framework will commence on 1st of January 2022 and will run until 31st December 2025

To view the documentation and submit a tender, please register at https://in-tendhost.co.uk/hampshire/

We recommend that you refer to the e-tendering guidance for suppliers which can be found by clicking on 'Information for Suppliers' at the top of the In-Tend home page.

If your organisation is not registered on the Hampshire In-tend portal, please go to the website stated above and click on the 'Register' tab - registration is free.

The provision requires a delivery and collection (on a recovery basis) as mandatory. So any suppliers who cannot offer this should not bid.

Logging into In-Tend (once registered)

- to view this opportunity please click on 'Tenders' then 'Current' and then scroll down to the project - End-of-Life Vehicles for Training Purposes for Hampshire and Isle of Wight Fire and Rescue REF: HF16233

- selecting 'View Details' on the relevant opportunity

- clicking the 'Express Interest' tab

- following the on-screen instructions.

Receiving notification emails

To ensure you receive email alerts and notifications from our system, please add the email domain '@in-tend.co.uk' to your Safe Senders list.

As part of the process, we are looking for providers who would be interested in delivering this service to:

• Complete the Selection and Award Questionnaires located on In-tend, and

• Follow the Guidance and Instructions Document and complete any further required documentation.

two.1.5) Estimated total value

Value excluding VAT: £360,000

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: 2

two.2) Description

two.2.1) Title

Lot 1 - Hampshire

Lot No

1

two.2.2) Additional CPV code(s)

  • 34000000 - Transport equipment and auxiliary products to transportation
  • 50118110 - Vehicle towing-away services

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth
  • UKJ32 - Southampton
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ37 - North Hampshire
Main site or place of performance

Hampshire and will include all sites owned and operate by Hampshire and Isle of Wight Fire & Rescue Service and within the boundaries of Hampshire County, excluding the Isle of Wight.

The specific sites within Hampshire will be outlined in the ITT Documents.

Hampshire and Isle of Wight Fire and Rescue Service are currently reviewing the location and operation of training locations in Hampshire - the main training location at Eastleigh is being reviewed currently and may move to another location. This may require an update on locations during the life of the framework .

two.2.4) Description of the procurement

Hampshire and Isle of Wight Fire and Rescue Service in accordance with the requirements of their Learning and Development Business Plan 2020 - 2025, intends to set up a Framework of Suppliers who can depollute End-of-Life Vehicles, deliver and then recover them after the training is complete from training sites to support operational Fire Fighter training.

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: £320,000

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

Lot 2 - Isle of Wight

Lot No

2

two.2.2) Additional CPV code(s)

  • 34000000 - Transport equipment and auxiliary products to transportation
  • 50118110 - Vehicle towing-away services

two.2.3) Place of performance

NUTS codes
  • UKJ34 - Isle of Wight
Main site or place of performance

Isle of Wight will include all sites owned and operate by Hampshire and Isle of Wight Fire & Rescue Service and within the boundaries of the Isle of Wight, excluding Hampshire.

The specific sites within the Isle of Wight will be outlined in the ITT Documents.

Hampshire and Isle of Wight Fire & Rescue Service are currently reviewing the location and operation of training locations on the Isle of Wight - this may require an update on locations during the life of the framework .

two.2.4) Description of the procurement

Hampshire and Isle of Wight Fire and Rescue Service in accordance with the requirements of their Learning and Development Business Plan 2020 - 2025, intends to set up a Framework of Suppliers who can supply depolluted End-of-Life Vehicles, deliver and then recover these vehicles after the training has been completed from the training sites that have been used to support operational Fire Fighter training.

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: £40,000

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

Any required standards to join the Framework can be found within the ITT and associated documents including the Specification, Framework Terms and Conditions.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Any required contract performance requirements will be documented within the ITT and associated documents including the Specification and Framework Terms and Conditions.


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: 6

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: 2021/S 000-004922

four.2.2) Time limit for receipt of tenders or requests to participate

Date

29 November 2021

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

30 November 2021

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom