Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

South East

Category Goods

Type

No. of Lots 2

Status Active

Published 17th Jun 2024

Tender Details
Referenceocds-h6vhtk-044a21
Common Procurement VocabularyMotor vehicles
Procurement MethodOpen procedure
Value£440,000
« Previous Page

South East

Category Goods

Type

No. of Lots 2

Status Active

Published 17th Jun 2024

Tender Details
Referenceocds-h6vhtk-044a21
Common Procurement VocabularyMotor vehicles
Procurement MethodOpen procedure
Value£440,000

Section I: Contracting authority

I.1) Name and addresses

Hampshire and Isle of Wight Fire Rescue Service

Headquarters, Leigh Road

Eastleigh

SO59 9JS

Contact

Craig Anderson-Jones

Email

craig.anderson-jones [at] hants.gov.uk

Telephone

+44 3707797920

Country

United Kingdom

NUTS code

UKJ36 - Central Hampshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

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

I.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 to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

End of Life Training Vehicles

Reference number

HF23846

II.1.2) Main CPV code

  • 34100000 - Motor vehicles

II.1.3) Type of contract

Supplies

II.1.4) Short description

THIS A NOTICE ON BEHALF OF HAMPSHIRE AND ISLE OF WIGHT FIRE RESCUE SERVICE (HIWFRS)

HIWFRS are openly tendering to establish a framework for the purchase of vehicles that have reached the end of their life (scrap vehicles) and can be used in real life training scenarios for firefighters. The supplied vehicles must be delivered depolluted, in line with 'Annex 1 - specification,' and collected after use.

The Framework will consist of 2 lots:

Lot 1 - Hampshire Mainland

Lot 2 - Isle of Wight

The value of the framework will be for a period of 4 years

II.1.5) Estimated total value

Value excluding VAT: £440,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Hampshire Mainland

Lot No

1

II.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles

II.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight

II.2.4) Description of the procurement

This Lot will be for the provisions of scrap vehicles to various sites across Hampshire (Mainland Only)

Vehicles supplied under this agreement must have been manufactured from 2008 and onwards, to ensure training on the vehicles is relevant and applicable with HIWFRS needs, techniques and technology.

Vehicles will also be depolluted and supplied in relation to the legislation governing the licensed Authorised Treatment Facilities (ATF) and in accordance with End-of-Life Vehicle (ELV) Regulations, as per European Regulations Directive 2000/53/EC dated 18th September 2000 (End of Life Regulations). The only exclusion to this will be the airbags and seatbelt pretensioners as these are required in place and intact for training.

The Motor Salvage Operator (as defined in the Scrap Metal Dealers Act 2013 and Scrap Metal Dealers Act 2013 (Commencement and Transitional Provisions) Order 2013 (SI 2013/ 1966)) must be registered and licenced by the Local Authority within whose areas they have their site for the scrapping and or dismantling of vehicles.

The requirements will cover the following vehicle types below but not limited to:

- Cars 100% of yearly total mixed 3 and 5 door Saloons, Hatchback

- Any car no older than 15 years old since manufacture

Further details can be found within the specification of the tender documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2) Description

II.2.1) Title

Isle of Wight

Lot No

2

II.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles

II.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight

II.2.4) Description of the procurement

This Lot will be for the provisions of scrap vehicles to a Fire site on the Isle of Wight.

Vehicles supplied under this agreement must have been manufactured from 2008 and onwards, to ensure training on the vehicles is relevant and applicable with HIWFRS needs, techniques and technology.

Vehicles will also be depolluted and supplied in relation to the legislation governing the licensed Authorised Treatment Facilities (ATF) and in accordance with End-of-Life Vehicle (ELV) Regulations, as per European Regulations Directive 2000/53/EC dated 18th September 2000 (End of Life Regulations). The only exclusion to this will be the airbags and seatbelt pretensioners as these are required in place and intact for training.

The Motor Salvage Operator (as defined in the Scrap Metal Dealers Act 2013 and Scrap Metal Dealers Act 2013 (Commencement and Transitional Provisions) Order 2013 (SI 2013/ 1966)) must be registered and licenced by the Local Authority within whose areas they have their site for the scrapping and or dismantling of vehicles.

The requirements will cover the following vehicle types below but not limited to:

- Cars 100% of yearly total mixed 3 and 5 door Saloons, Hatchback

- Any car no older than 15 years old since manufacture

Further details can be found within the specification of the tender documents.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Suppliers and any appointed sub-Supplier, comply with the Scrap Metal Dealers Act 2013 and Scrap Metal Dealers Act 2013 (Commencement and Transitional Provisions) Order 2013 (SI 2013/ 1966)

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-008742

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

Date

17 July 2024

Local time

2:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)

IV.2.7) Conditions for opening of tenders

Date

18 July 2024

Local time

9:00am


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The evaluation will be based on a Price / Quality split of:

- 20% Quality

- 80% Price

Full details can be found in the tender documents.

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

Strand

London

WC2A 2LL

Country

United Kingdom