Section one: Contracting authority
one.1) Name and addresses
HAMPSHIRE COUNTY COUNCIL
The Castle
WINCHESTER
SO23 8ZB
county.supplies.buying@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
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
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 supply of Facilities Management Equipment, Fencing, Floor Cleaning Machines, White Goods and Commercial Laundry Equipment
Reference number
CS25178
two.1.2) Main CPV code
- 44316400 - Hardware
two.1.3) Type of contract
Supplies
two.1.4) Short description
Hampshire County Council invites applications from suitably experienced organisations who wish to be considered for selection to tender for the supply of Facilities Management Equipment, Fencing, Floor Cleaning Machines, White Goods and Commercial Laundry Equipment.
This is a Framework Agreement for the delivery of goods directly to customers of Hampshire County Council (County Supplies), Hertfordshire County Council (Herts Full Stop) and other members of the Central Buying Consortium. There may also be a requirement during the life of this Framework Agreement for some goods to be delivered palletised to two distribution warehouses in Hampshire (County Supplies) and Hertfordshire (Herts Full Stop).
The Framework Agreement will commence on 1 March 2025 for a period of 4 years (48 months). This is a multi-supplier Framework, divided into five Lots, with a maximum number of eight suppliers per Lot:
Lot 1 - Facilities Management Equipment, including but not limited to trolleys, ladders, lifting and handling equipment, signage
Lot 2 - Fencing, including installation services
Lot 3 - Floor Cleaning Machines, including vacuum cleaners, scrubber/dryers
Lot 4 - White Goods, including washing appliances, cooking appliances, dishwash appliances, refrigeration and smaller electrical appliances
Lot 5 - Commercial Laundry Equipment, including installation services
Interested parties should register their interest in this project via the In-Tend website, https://in-tendhost.co.uk/hampshire (https://in-tendhost.co.uk/hampshire), and then complete and submit the ITT Stage 1 Questionnaire, the ITT Stage 2 Questionnaire, Pricing Schedule (Annex 2) and Standard Forms (Annexes 4a to 4d) by 14:00 hours on Thursday 19 December 2024.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
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
Facilities Management Equipment
Lot No
1
two.2.2) Additional CPV code(s)
- 34911100 - Trolleys
- 42410000 - Lifting and handling equipment
- 44316000 - Ironmongery
- 44423200 - Ladders
- 44423220 - Folding steps
- 44423300 - Goods-handling equipment
- 44423400 - Signs and related items
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
To supply Facilities Management Equipment, including but not limited to trolleys, ladders, lifting and handling equipment, signage.
Delivery locations may include but are not limited to Local Authority offices, Local Authority warehouse distribution centres, Adult Health and Care establishments, Schools, Countryside Services, FM operations and Catering operations within the geographical coverage of this Framework Agreement.
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: £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.2.14) Additional information
The Framework can also be utilized by Local Authorities, NHS Bodies, Central Government Departments, Registered Charities, members of the Central Buying Consortium (CBC), a Commercial Procurement Alliance (centralbuyingconsortium.co.uk), educational establishments, such as but not limited to: free schools and local authority-maintained schools, pre-schools, post-16 colleges, higher education institutions, independent schools, children's centres and any other types of schools.
Department for Education - GOV.UK (www.gov.uk)
www.schoolswebdirectory.co.uk/localauthorities.php
http://www.uk-universities.net/Colleges/England-Hampshire.html
http://www.uk-universities.net/Universities/England-Hampshire.html
two.2) Description
two.2.1) Title
Fencing, including installation services
Lot No
2
two.2.2) Additional CPV code(s)
- 34928220 - Fencing components
- 34928310 - Safety fencing
- 44231000 - Made-up fencing panels
- 45342000 - Erection of fencing
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
To supply fencing, including installation services.
Delivery locations may include but are not limited to Local Authority offices, Local Authority warehouse distribution centres, Adult Health and Care establishments, Schools, Countryside Services, FM operations and Catering operations within the geographical coverage of this Framework Agreement.
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: £1,000,000
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.2.14) Additional information
The Framework can also be utilized by Local Authorities, NHS Bodies, Central Government Departments, Registered Charities, members of the Central Buying Consortium (CBC), a Commercial Procurement Alliance (centralbuyingconsortium.co.uk), educational establishments, such as but not limited to: free schools and local authority-maintained schools, pre-schools, post-16 colleges, higher education institutions, independent schools, children's centres and any other types of schools.
Department for Education - GOV.UK (www.gov.uk)
www.schoolswebdirectory.co.uk/localauthorities.php
http://www.uk-universities.net/Colleges/England-Hampshire.html
http://www.uk-universities.net/Universities/England-Hampshire.html
two.2) Description
two.2.1) Title
Floor Cleaning Machines and Accessories
Lot No
3
two.2.2) Additional CPV code(s)
- 39713430 - Vacuum cleaners
- 42999000 - Non-domestic vacuum cleaners and floor polishers
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
To supply Floor Cleaning Machines and Accessories, including vacuum cleaners, scrubber/dryers.
Delivery locations may include but are not limited to Local Authority offices, Local Authority warehouse distribution centres, Adult Health and Care establishments, Schools, Countryside Services, FM operations and Catering operations within the geographical coverage of this Framework Agreement.
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: £1,000,000
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.2.14) Additional information
The Framework can also be utilized by Local Authorities, NHS Bodies, Central Government Departments, Registered Charities, members of the Central Buying Consortium (CBC), a Commercial Procurement Alliance (centralbuyingconsortium.co.uk), educational establishments, such as but not limited to: free schools and local authority-maintained schools, pre-schools, post-16 colleges, higher education institutions, independent schools, children's centres and any other types of schools.
Department for Education - GOV.UK (www.gov.uk)
www.schoolswebdirectory.co.uk/localauthorities.php
http://www.uk-universities.net/Colleges/England-Hampshire.html
http://www.uk-universities.net/Universities/England-Hampshire.html
two.2) Description
two.2.1) Title
White Goods
Lot No
4
two.2.2) Additional CPV code(s)
- 39710000 - Electrical domestic appliances
- 39720000 - Non-electric domestic appliances
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
To supply White Goods (domestic electrical and gas), including laundry appliances, cooking appliances, dishwash appliances, refrigeration and other small appliances.
Delivery locations may include but are not limited to Local Authority offices, Local Authority warehouse distribution centres, Adult Health and Care establishments, Schools, Countryside Services, FM operations and Catering operations within the geographical coverage of this Framework Agreement.
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: £1,000,000
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.2.14) Additional information
The Framework can also be utilized by Local Authorities, NHS Bodies, Central Government Departments, Registered Charities, members of the Central Buying Consortium (CBC), a Commercial Procurement Alliance (centralbuyingconsortium.co.uk), educational establishments, such as but not limited to: free schools and local authority-maintained schools, pre-schools, post-16 colleges, higher education institutions, independent schools, children's centres and any other types of schools.
Department for Education - GOV.UK (www.gov.uk)
www.schoolswebdirectory.co.uk/localauthorities.php
http://www.uk-universities.net/Colleges/England-Hampshire.html
http://www.uk-universities.net/Universities/England-Hampshire.html
two.2) Description
two.2.1) Title
Commercial Laundry Equipment
Lot No
5
two.2.2) Additional CPV code(s)
- 42716000 - Laundry washing, dry-cleaning and drying machines
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
To supply Commercial Laundry Equipment including installation services.
Delivery locations may include but are not limited to Local Authority offices, Local Authority warehouse distribution centres, Adult Health and Care establishments, Schools, Countryside Services, FM operations and Catering operations within the geographical coverage of this Framework Agreement.
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: £600,000
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.2.14) Additional information
The Framework can also be utilized by Local Authorities, NHS Bodies, Central Government Departments, Registered Charities, members of the Central Buying Consortium (CBC), a Commercial Procurement Alliance (centralbuyingconsortium.co.uk), educational establishments, such as but not limited to: free schools and local authority-maintained schools, pre-schools, post-16 colleges, higher education institutions, independent schools, children's centres and any other types of schools.
Department for Education - GOV.UK (www.gov.uk)
www.schoolswebdirectory.co.uk/localauthorities.php
http://www.uk-universities.net/Colleges/England-Hampshire.html
http://www.uk-universities.net/Universities/England-Hampshire.html
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.2.2) Time limit for receipt of tenders or requests to participate
Date
19 December 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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 December 2024
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Nine months prior to the expiry of the Framework.
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
Judicial Office, 11th Floor, Thomas More Building, Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom