Section one: Contracting authority
one.1) Name and addresses
HAMPSHIRE COUNTY COUNCIL
The Castle
WINCHESTER
SO23 8UJ
strategic.procurement@hants.gov.uk
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
Buyer's address
www.in-tendhost.co.uk/hampshire
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/hampshire
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
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
Generation Five Technical Resources Framework (TRF5) 2024-2028
Reference number
ET19806
two.1.2) Main CPV code
- 79600000 - Recruitment services
two.1.3) Type of contract
Services
two.1.4) Short description
Hampshire County Council is procuring a Technical Resources Framework to source specialist external consultants to support existing workload particularly for the Highways team.
The staff provided through this framework will work alongside directly employed staff and other suppliers and consultants working with the Council or other authorities as outlined in section II.2.4 below.
The Technical Resources Framework 5th Generation 2024 - 2028 (TRF 5) is designed to provide Hampshire County Council and Participating Authorities with the provision of temporary specialist technical resources associated with the delivery of projects within the following sectors (this list is not exhaustive):
Civil engineering (including Highways, Structures and Geotechnical Engineering)
Engineering (including Traffic, Lighting, Safety and Electrical)
Contract, commercial and construction services
Surveying (including Quantity and Land Surveying)
Project management
Asset management (including highways maintenance)
Highways laboratory and construction materials testing services
Planning (including transport, land, travel and development planning)
Environmental, ecological and landscape services
The Suppliers on this Framework will be made up of technical specialist recruitment agencies and secondment companies, who will supply resources on a time charge (hourly rate) basis.
two.1.5) Estimated total value
Value excluding VAT: £45,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71300000 - Engineering services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
- UKK2 - Dorset and Somerset
- UKK4 - Devon
two.2.4) Description of the procurement
The core service objective is to procure agency staff services with specialist technical expertise to support the Engineering Services team.
The Framework will be available to Public Sector bodies, who wish to engage the Supplier to deliver the service that reflects the Scope, within the geographical areas of the counties (including all cities contained within the counties) listed below:
• Berkshire
• Buckinghamshire
• Dorset
• Devon
• East Sussex
• Gloucestershire
• Hampshire
• Isle of Wight
• Kent
• Oxfordshire
• Somerset
• Surrey
• West Sussex
• Wiltshire
The area is split into a core geographic region and a wider geographic region. See section 1.4 (Geographic Coverage) in the Framework Agreement which includes a pictorial map for further explanation.
The framework can be used by all eligible participating authorities in this area. Within the tender assessment, suppliers will prove they can cover the core geographic region, either by showing resources supplied in most of the core county areas or by showing they can supply resources in the surrounding wider geographic region.
This includes any Authority's statutory successor that may result from national or local government reorganisation, boundary changes or changes in legislation or the formation of new Authority's that are considered as Public Sector and responsible for public funds.
Public bodies who can use the framework include:
• Local Authorities (including County Councils, Unitary Authorities, District/Borough/City Councils, Town Councils and Parish Councils), combined authorities, Local Authority regulated companies including arm's length management organisations,
• Highways authorities, public infrastructure bodies, drainage boards, coastal authorities, bridge boards and authorities
There is no obligation for any organisations to use the Framework.
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: £45,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2024
End date
29 February 2028
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
The conditions of contract for this Framework Agreement are the New Engineering Contract 4th Edition (NEC4) - Framework Contract June 2017 and additional Z clauses as listed below:
Z1 - Actions
Z2 - Identified and Defined Terms
Z3 - Corrupt Practices
Z4 - Quotation
Z5 - Privacy of Information
Z6 - Recovery of Sums
Z7 - Equality and Diversity
Z8 - Freedom of Information Act 2000 (FOIA) and Environmental Information Regulations (2004)
Z9 - Transparency of information
Z10 - Non-Exclusivity
Z11 - Benchmarking
Z12 - Other Contracts with the Supplier
Z13 - Termination, Modifications, Assignment and Subcontracting
Z14 - Suspension
Z15 - Modern Slavery Act
Z16 - TRF 5 Framework Management Fee
Z17 - The Client's Intellectual Property
Z18 - Participating Authorities
Z19 - Communication between the Supplier's staff and the Client's staff
In addition to the Framework Contract highlighted above, each Time Charge Order issued under the Framework Agreement will be subject to its own Conditions of Contract, which are detailed in Section 5 of the Framework Agreement, along with any specific conditions stated within the Time Charge Order.
Insurance requirements are as follows:
Public Liability £5million
Employers Liability £5million
Professional Indemnity £1million.
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
Envisaged maximum number of participants to the framework agreement: 20
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 000-026669
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 December 2023
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
4 December 2023
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Whilst it is envisaged a maximum of up to 20 suppliers will be appointed to the Framework, please see Section 19 of the ITT regarding where tied scores are achieved by suppliers.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom