Vehicle Recovery Services Hampshire
Vehicle recovery services, other property, long term and short term storage of vehicles.
United Kingdom-Winchester: Breakdown and recovery services for motor vehicles
2013/S 232-402825
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Police and Crime Commissioner for Hampshire
Westagate Chambers, Staple Gardens
Contact point(s): Procurement Support
SO23 8AW Winchester
UNITED KINGDOM
Telephone: +44 1962832323
E-mail: procurement.support@hants.gov.uk
Internet address(es):
General address of the contracting authority: http://www.hants.gov.uk/
Address of the buyer profile: https://in-tendhost.co.uk/hampshire
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Hampshire & Isle of Wight, United Kingdom.
NUTS code UKJ3
maximum number of participants to the framework agreement envisaged: 16
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 and 8 000 000 GBP
The successful bidders will be required to recover vehicles and other property (such as bulky items), providing storage facilities in accordance with the Constabulary’s requirements to meet the operational and strategic policing needs throughout the two counties of Hampshire and the Isle of Wight.
In the 12 months up to 1.11.2013, a total of 9 770 vehicles were recovered of which 500 were on the Isle of Wight. Of the total number vehicles recovered, 600 were for which no statutory charging regime existed and for which a contract rate applied.
It is the intention to appoint individual recovery operators. A ‘managed service’ provision is not required as the Constabulary employs its own in-house vehicle recovery scheme manager.
50118400, 50118200, 50118500, 50118300, 50118110, 63121100
The framework will be for a period of four (4) years with an anticipated commencement date of 1.4.2014.
Estimated value excluding VAT:
Range: between 1 and 8 000 000 GBP
Section III: Legal, economic, financial and technical information
weak. See Document 1 Guidance for Tender Completion for more information regarding the tender process.
Minimum level(s) of standards possibly required: Organisation is solvent. Organisation is not bankrupt or in the process of being wound-up or subject to proceedings for a declaration of bankruptcy.
Organisations are advised that the following minimum insurance levels are required:
Employer’s Liability GBP 5 million
Public Liability GBP 5 million
Product Liability GBP 5 million
Motor Vehicle – Unlimited for injury or death and GBP 5 million for damage to property
Motor Traders Insurance, must include ‘Defective Workmanship’ – GBP 5 million
To support the financial assessment the Police and Crime Commissioner for Hampshire will obtain a financial appraisal report from N2Check.
The report provides the Police and Crime Commissioner for Hampshire with an overall risk score which will be used to assess the applicants financial standing. If this information is not available from N2Check, a risk score will be calculated as per the model detailed in the pre-qualification questionnaire.
The risk score obtained for your organisation will be assessed against the criteria as detailed below:
Score of between 0 and 25 – fail.
Score of between 26 and 49 – pass – subject to
provision of a suitable parent company guarantee or commitment to provide a performance bond if/when deemed appropriate. If either one of these is unable to be provided, this will result in a “Fail.” Please note: a financial appraisal (using the same financial appraisal and evaluation process) will be carried out on the parent company to assess their suitability to act as guarantor.
Score of 50 and over – pass.
Further details are contained in Document 1 Guidance for Tender Completion.
Organisation has required levels of insurance or organisation will increase insurance levels to meet requirements and sufficient evidence of this is provided.
It is a minimum condition that the successful operators must hold PAS 43:2012 (2010) and certification to ISO 9001 which are the minimum standards for operating on this contract and to be complied with at all times throughout the duration of the contract.
In addition tenderers need to be aware of the criteria set out in Document 1 Guidance for Tender Completion.
Minimum level(s) of standards possibly required:
Sustainability – The Police and Crime Commissioner for Hampshire requires its suppliers to support its approach in proactively managing its Corporate Social Responsibility including the reduction of its carbon footprint, impact on the environment and use of natural resources. A ‘No’ answer to this question will result in a Fail.
Equalities – The Police and Crime Commissioner for Hampshire has a legal duty to promote equal opportunities and ensure that all members of the community are treated fairly and equally. It is important to know that potential suppliers accept their legal duties in this area and will be able to manage staff appropriately. If your answer is ‘No’ to any of these questions this may result in a Fail.
Health & Safety – Tenderers will need to answer a series of questions set out in the Tender Return document to demonstrate they meet minimum standards of Health & Safety required to operate on this framework.
Section IV: Procedure
Payable documents: no
Section VI: Complementary information
Expressions of Interest is by way of registering and downloading the tender documentation on In-tend found at https://in-tendhost.co.uk/hampshire. Tenderers are required to register their company details on the In-tend, e-tendering system. No charge is made for registration or access to this system. Full details and user guides on how to register and operate the system are available via the link https://in-tendhost.co.uk/hampshire
Once in the web site, click on ‘current tenders’ and then on ‘new tender details’ for this framework for further information. If you wish to express interest please click on ‘express interest’ and if you have not previously done so, register your company. The e-mail address should be for the person who will deal with the tender, as login details, subsequent messages and tender documents will be automatically sent to this e-mail address, therefore please ensure the email account registered on this system is regularly monitored. You may register more than one user per organisation against your account.
Tender Conditions of Participation – Inspection of Premise/s and Vehicles
It is a condition of tendering for this framework that each premises from which you wish to operate and every vehicle which you intend to use on the scheme, will be examined by an inspection body appointed by the Police and Crime Commissioner, for compliance with PAS43 2012 (2010) and the requirements of the Hampshire Constabulary Vehicle Recovery Scheme, as set out in the contract and operational schedule.
The fee for this inspection of each premise is GBP 250 (+ VAT). The fee payable for each light recovery vehicles GBP 40 (+ VAT), and for heavy recovery vehicles GBP 60 (+ VAT).
Tenderers on the Isle of Wight will, additionally, be expected to pay the ferry fares of the inspection body.
The fee must be paid to the inspection body before the inspection takes place and fees are not refundable.
Prior to inspection, the inspection body must be provided with a weighbridge certificate for every vehicle, not more than three months old, indicating kerbside weight and individual axle/bogie weights whilst the vehicle is on normal kerbside condition. All weights must be measured with a driver in the cab and all equipment stowed in normal travelling condition. Any misrepresentation of axle weights by temporarily repositioning equipment may result in the contractor being withdrawn from the tender process.
The inspection body will also require that it be provided, before visit, with measurements of the wheelbase and overhang, as shown in the diagrams. Details of this requirements are provided at Document 8 and Document 9.
You are also required to arrange an inspection by the Environment Agency of each of the premises you intend to use on this scheme. The Agency will provide a copy of their report which must be submitted with this tender submission. Inspection will include assessment of suitability for the storage of End-of-Life vehicles, appropriate licensing and compliance with Waste Management and End-of-Life Vehicles Regulations.
For an inspection, please contact Katherine Ebert at the Environment Agency by E-Mail on:
katherine.ebert@environment-agency.gov.uk
In the event of any difficulty in contacting Ms Ebert, please refer to the Police Procurement Category team via the correspondence tool through Hampshire County Council’s e-tendering system (In-Tend).