Tender

Generation Five Technical Resources Framework (TRF5) 2024-2028

  • HAMPSHIRE COUNTY COUNCIL

F02: Contract notice

Notice identifier: 2023/S 000-031312

Procurement identifier (OCID): ocds-h6vhtk-03fb50

Published 24 October 2023, 11:11am



Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO23 8UJ

Email

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

www.hants.gov.uk

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