By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

The disposal, recycling and auctioning of vehicles.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

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:

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)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Bedfordshire Police
Woburn Road, Kempston
MK43 9AX Bedford
UNITED KINGDOM

Cambridgeshire Constabulary
Hinchingbrooke Park
PE29 6NP Huntingdon
UNITED KINGDOM

Derbyshire Constabulary
Butterley Hall, Ripley
DE5 3RS Derby
UNITED KINGDOM

Hertfordshire Constabulary
Stanborough Road
AL8 6XF Welwyn Garden City
UNITED KINGDOM

Leicestershire Police
St Johns, Enderby
LE19 2BX Leicester
UNITED KINGDOM

Northamptonshire Police
27-29 Salthouse Road, Brackmills
NN4 7EX Northampton
UNITED KINGDOM

Surrey Police
Mount Browne, Sandy Lane
GU3 1HG Guildford
UNITED KINGDOM

Warwickshire Police
Warwickshire Police Headquarters, Woodcote House, Woodcote Lane
CV35 7QB Leek Wootton
UNITED KINGDOM

West Midlands Police
PO Box 52, Police Headquarters, Lloyd House, Colmore Circus Queensway
B4 6NQ Birmingham
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The disposal, recycling and auctioning of vehicles.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: The framework will be available for use only by Police forces in England and Wales.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1 and 300 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Police and Crime Commissioners for Hampshire on behalf of all Police Forces in England & Wales is seeking to establish a framework arrangement for the scrapping, recycling or sale by auction of seized, collision damaged and crime related vehicles and related property.
A suitably experienced and capable contractor is to be appointed to provide a ‘one stop shop' disposal service for a broad range of vehicles and related property. The contractor must be able to demonstrate they have a proven track record of managing such disposals and will be expected to use appropriate, cost effective, compliant and licensed channels to enable the efficient disposal vehicles on behalf of participating police forces in a way which maximizes sale income and minimizes disposal costs.
II.1.6)Common procurement vocabulary (CPV)

60000000, 50190000, 50118110, 79342400

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Police and Crime Commissioners for Hampshire, on behalf of all Police Forces in England & Wales, is seeking to establish a framework arrangement for the scrapping, recycling or sale by auction of seized, collision damaged and crime related vehicles.
The framework will be for a period of 4 years with an anticipated commencement date of 1.4.2014. The framework will be open to all police forces in England and Wales to use either at the commencement of the framework or at anytime during the validity of the framework.
Vehicles including those that may be suitable for dismantling may be disposed of by sale at public auction.
End of life vehicle are to be disposed of through licensed Authorised Treatment Facilities (ATF) 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 requirements will cover the following vehicles (regardless of whether they are classified as end of life vehicles or not) and property (including but not limited to):
- commercial vehicles, including trailers,
- cars,
- motorcycles (of all descriptions),
- mopeds,
- boats,
- caravans and (motor homes)
- plant.
- trailers of all sizes.
- vehicle components - including tyres.
- ferrous and non-ferrous scrap metal.
In addition to such vehicles referred to above, some other items of property as requested by the participating police forces will also be disposed of or sold under the terms of this framework. Such items will be considered on an individual basis.
Some participating police forces may also like to pursue the possibility of the contractor dealing with mixed metals e.g. from the Forces' Transport Department via a delivered and collected (weigh in) of an 8 tonne skip.
The majority of polices forces that may participate in this framework use an IT system known as ‘ELVIS-VR', developed by WPC Software. This is an internet based system for the storage and retrieval of information for every vehicle recovery within participating police force areas. The Contractor will be required to ensure that all information relating to the disposal, recycling or remarketing of a vehicle is recorded (in real time) on the ELVIS-VR system. Therefore the successful tenderer will be required to provide an automatic electronic data transfer between ELVIS-VR and their own system. There will be a cost associated with the interface of ELVIS-VR between the successful contractor and software provider to implement the system.
Estimated value excluding VAT:
Range: between 1 and 300 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A Parent Company Guarentee or Performance Bond may be required if an organisations financial risk score is weak. See the PQQ Supplier Guidance for more information as to when this may apply.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 43 to 51 of Directive 2004/18/EC as amended by S.I. 2007/2157, 2009/2992, 2011/1441 and Regulation 23 of the Public Contracts Regulations 2006 as amended by "The Public Contracts (Amendment) Regulations 2009”, and as set out in the pre-qualification questionnaire. Organisations are advised it is a condition of this contract that all managers and operatives (Including subcontractors) are suitably competent to execute all trades and operations encompassed by these Contracts in full compliance with UK legislation.
Scrap Metal Dealers Act 2013 and Scrap Metal Dealers Act 2013 (Commencement and Transitional Provisions) Order 2013 (SI 2013/ 1966)
The applicant must be registered and licensed under the Scrap Metal Dealers Act 2013.
Prior to the commencement of any awarded contract (anticipated 1st April 2014) every Motor Salvage Operator (as defined in the Act) being used for the scrapping or dismantling of vehicles will be registered and licensed by the local authority within whose areas they have their site.
Authorised Treatment Facility (ATF)
If the applicant disposes of vehicles or intends to sub-contract the disposal of vehicles to a nominated Sub-Contractor, the applicant or the sub-contractor/s must be registered and licensed as an Authorised Treatment Facility.
The Contractor and any Sub Contractor must comply with the European Waste Electrical and Electronic Equipment (WEEE) Directive.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Economic & Financial Standing will be assessed in line with Regulation 24 of the Public Contract Regulations 2006.
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 the pre-qualification questionnaire.
Organisation has required levels of insurance or organisation will increase insurance levels to meet requirements and sufficient evidence of this is provided.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Technical & Professional ability will be assessed in line with Regulation 25 of the Public Contract Regulations 2006.
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.
An overall pass mark of 50% shall apply to this prequalification exercise. Applicants who do not achieve an overall score of 50% or higher will not be invited to tender. In addition to the achievement of this overall pass mark only the 10 top scoring applicants will be taken through to the Invitation to Tender stage.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 10
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
TQ1116
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 11.11.2013 - 14:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
11.11.2013 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
4.12.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Expressions of Interest is by way of registering and downloading the pre qualification documentation on intend found at https://in-tendhost.co.uk/hampshire

Consideration is given upon completion and return of a Pre-qualification Questionnaire via the In-tend etendering system, by the date and time specified in IV.3.4. 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.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
4.10.2013

Other interesting websites