Scope
Reference
CS27237
Description
Hampshire County Council is the third largest shire Council in the country, delivering the majority of Hampshire's public services, to almost 1.4 million residents (excluding people living in the Southampton and Portsmouth unitary Authority areas). We are responsible for around 80% of all spend on Local Authority services in Hampshire, amounting to £2.1 billion a year. Further information on the Authority's strategic plan and priorities can be found at: www.hants.gov.uk/abouttheAuthority/strategiesplansandpolicies/corporatestrategy County Supplies is one of two business units within Children's Services, the other being Hampshire County Council Catering Services (Education Catering). Children's Services is part of Hampshire County Council's public-facing Directorate, which also includes Adults' Health and Care and Universal Services. With an annual purchasing turnover of around £50m, County Supplies is a self-funding, not-for-profit business unit and acts as the buying agent for both internal customers, that is those departments that come under the County Council's control, and external customers, those establishments that have their own delegated budgets. For further information regarding the customers eligible to access the Contract and the operation of County Supplies (please see the website on www.hants.gov.uk/countysupplies). This project is a re-procurement exercise for Hampshire County Council wishes to establish a Framework Agreement for the Supply of Removals, Storage, Installation and Environmental Disposal for Project and General Moves to Hampshire County Council (County Supplies). This project is a re-procurement exercise for CC18202 Framework Agreement for the Removals, Storage, Installation and Environmental Disposal for Project and General Moves. The requirement has been revised following pre-tender research. After award of the Framework Agreement, the Contractors will be required to liaise directly with the Contracting Authority regarding any specific requirements. Full details of the requirement can be found in the Specification (Annex 1).
Please refer to Hampshire County Council Terms and Conditions for Purchase Orders
Terms and conditions for purchase orders | Business and economy | Hampshire County Council
Commercial tool
Establishes a framework
Total value (estimated)
- £1,500,000 excluding VAT
- £1,800,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 March 2026 to 28 February 2030
- 4 years
Main procurement category
Services
Contract locations
- UKJ3 - Hampshire and Isle of Wight
Lot constraints
Description of how multiple lots may be awarded:
When a supplier tenders for both Lots 1 and 2, and is determined the Winner for Lot 1 and one of the top 3 tenderers for Lot 2
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1. Removals, Storage, Installation and Environmental Disposal for Corporate Departments
Description
The successful Contractor will be required to work with Hampshire County Council [HCC] Property Services FF&E (Furniture Fittings and Equipment) Project Team to provide a comprehensive "turnkey" solution for a wide range of clients, including internal departments, partner organisations, and external bodies. This approach ensures that buildings are handed over fully furnished and equipped, ready for immediate occupation and use by the client.
Lot value (estimated)
- £1,450,000 excluding VAT
- £1,740,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 63121000 - Storage and retrieval services
- 63121100 - Storage services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. General Moves and Environmental Disposal
Description
Hampshire County Council wish to appoint a number of Suppliers for the provision of General Removals and Environmental Disposal Services for Hampshire County Council Departments, Local Authorities in partnership with Hampshire County Council, including Education Establishments, NHS Bodies, Central Government Departments and their Agencies and registered charities.
There may also be occasions where Equipment which is surplus to requirements needs to be environmentally disposed of. The Contracting Authority has a preference for re-use over recycling. Any furniture that is scrapped or resold The Contracting Authority would expect to be credited a percentage of the money back to them.
Lot value (estimated)
- £50,000 excluding VAT
- £60,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 63121000 - Storage and retrieval services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
4
Maximum percentage fee charged to suppliers
3%
Further information about fees
The Council requires a rebate in the sum of 3% of net sales under the Framework Agreement (including VAT) to be paid by the Contractor to the Council annually based on all orders paid to the Contractor by the Contracting Authorities in respect of all Orders placed under this Framework Agreement, during the preceding period. The Contractor shall send annual figures to the Council, who will then raise an invoice to the Contractor requesting payment.The Contractor shall quote the Framework Agreement reference number CS27237 on all correspondence clearly stating the period the payment relates to. Supporting documentation should be included to show the value of sales against which rebate has been calculated.
A retrospective payment will be applied to all Orders placed in each year of the Framework Period. The value of the rebate shall be calculated as a percentage of the net value of Orders, irrespective of the origin of the Order.
The Contractor shall make payment of the rebate to the Council or to such other person as the Council directs, within 30 days of receipt of a valid invoice for the rebate.
Any disputes relating to the rebate value shall be resolved between the Council and the Contractor.
For the avoidance of doubt the rebate shall be payable on individual Orders and will continue to be payable for the full term of each Order and any extensions thereto.
Without prejudice to any other remedies available, the Council reserves the right to recover from the Contractor any reasonable administration charges incurred in pursuing unpaid rebates. The Council shall also be entitled to charge interest on all outstanding rebates at a rate of 2% above the base lending rate of National Westminster Bank Plc.
If any rebate shall be unpaid for a period of 3 months the Council shall be permitted to terminate the Framework Agreement forthwith on giving notice in writing to the Contractor.
In the event that any of the appointed Contractors goes into receivership during the course of this Framework Agreement the Council reserves the right to set off any accrued rebate against any outstanding invoices.
The Council will request that each Contracting Authority will endeavour to have their Order annotated with the relevant Framework Agreement reference number, but this cannot be guaranteed on all Orders.
Framework operation description
Lot 1 - Direct award to the successful Contractor.
Lot 2 - Direct award to one of the contractors from the List of Suppliers
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Hampshire County Council, including Education Establishments, Police and Emergency Services, Office of the Police and Crime Commissioner for Hampshire and the Isle of Wight and Hampshire Constabulary, NHS Bodies, Central Government Departments and their Agencies and registered charities, as well as members of the CBC.
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 (schools that are independent in their finances and governance, they are not dependent upon national or local government), children's centres and any other types of schools.
Contracting authority location restrictions
- UKH12 - Cambridgeshire CC
- UKD6 - Cheshire
- UKK3 - Cornwall and Isles of Scilly
- UKD1 - Cumbria
- UKF1 - Derbyshire and Nottinghamshire
- UKK4 - Devon
- UKK2 - Dorset and Somerset
- UKC1 - Tees Valley and Durham
- UKH3 - Essex
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
- UKJ3 - Hampshire and Isle of Wight
- UKG1 - Herefordshire, Worcestershire and Warwickshire
- UKJ4 - Kent
- UKD4 - Lancashire
- UKF2 - Leicestershire, Rutland and Northamptonshire
- UKF30 - Lincolnshire
- UKH15 - Norwich and East Norfolk
- UKH1 - East Anglia
- UKH16 - North and West Norfolk
- UKH17 - Breckland and South Norfolk
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
- UKG2 - Shropshire and Staffordshire
- UKH14 - Suffolk
- UKJ2 - Surrey, East and West Sussex
Submission
Enquiry deadline
12 November 2025, 11:59pm
Tender submission deadline
19 November 2025, 11:59pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
13 January 2026
Award criteria
Lot 1. Removals, Storage, Installation and Environmental Disposal for Corporate Departments
| Name | Description | Type |
|---|---|---|
| Quality criterion 1 (Lot 1) | Award Criterion 4 - Framework Management and Customer Services - 40 Points |
Quality |
| Quality criterion 2 (Lot 1) | Award Criterion 2 - Environmental Disposal - 40 Points |
Quality |
| Quality criterion 3 (Lot 1) | Award Criterion 3 - Service Delivery - 100 Points |
Quality |
| Price criterion 1 (Lot 1) | Award Criterion 1 - Price |
Price |
Weighting description
Award Criterion 1- Price - Price does not carry a separate number of points as this procurement will use the Price Per Quality Point methodology to determine the winning Tenderer:
Price per Quality Point = Total Price for Evaluation / Total Quality Score
Individual quality questions are scored based on a number of points awarded and do not carry a separate weighting.
Lot 2. General Moves and Environmental Disposal
| Name | Description | Type |
|---|---|---|
| Price criterion 1 (Lot 2) | Award Criterion 1 - Price |
Price |
| Quality criterion 1 (Lot 2) | Award Criterion 4 - Framework Management and Customer Services - 40 Points |
Quality |
| Quality criterion 2 (Lot 2) | Award Criterion 2 - Environmental Disposal - 40 Points |
Quality |
| Quality criterion 3 (Lot 2) | Award Criterion 3 - Service Delivery - 85 Points |
Quality |
Weighting description
Award Criterion 1- Price - Price does not carry a separate number of points as this procurement will use the Price Per Quality Point methodology to determine the winning Tenderer:
Price per Quality Point = Total Price for Evaluation / Total Quality Score
Individual quality questions are scored based on a number of points awarded and do not carry a separate weighting.
Other information
Payment terms
Please refer to Hampshire County Council Terms and Conditions for Purchase Orders
Terms and conditions for purchase orders | Business and economy | Hampshire County Council
Description of risks to contract performance
Damaged deliveries
Often products being brought in from third party suppliers can arrive in poor condition which can lead to question where the damaged occurred.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Justification for not publishing a preliminary market engagement notice
County Supplies is in constant communication with the suppliers within the Market to ensure that the correct services are being supplied to its customers.
Contracting authority
Hampshire County Council
- Public Procurement Organisation Number: PBHM-7586-PWLP
High St, The Castle
Winchester
SO23 8UJ
United Kingdom
Region: UKJ36 - Central Hampshire
Organisation type: Public authority - sub-central government