
Market Leads & Opportunities
UK-Hertford: Motor vehicles.
Type of document: Contract Notice
Country: United Kingdom
UK-Hertford: Motor vehicles.
Section I: Contracting Authority
I.1) Name and addresses
Hertfordshire County Council
County Hall, Pegs Lane, Hertford, SG138DQ, United Kingdom
Email: tenders@tppl.co.uk
Main Address:
NUTS Code: UKH23
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Hertfordshire County Council & TPPL Vehicle Contract Hire Framework – HCC1608933
Reference Number: Not provided
II.1.2) Main CPV Code:
34100000 – Motor vehicles.
PA02-0 – Lease
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Hertfordshire County Council invites tenders for a 48 month framework for the provision of contract hire of vehicles. The Agreement will be used by the Council and may also be used by all Local Authorities and other contracting authorities in the United Kingdom, lists of all organisations which can access the framework are provided within the Lot sections of this notice. The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from
The framework will consist of five lots:
1.Passenger Cars
2.LCVs up to 7.5t
3.MCVs 7.5t to 12.5t
4.Accessible/non-accessible Welfare buses: Van, OEM and coach-built up to 17 seats
5.Sweepers: Sub-compact, compact, mid-size and truck-mounted (up to 18t)
Additional vehicles and services that may not be easily identifiable in this notice can be specified at mini-competition.
II.1.5) Estimated total value:
Value excluding VAT: 250,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Bidding organisations can bid on any combination of lots and be successful in one, several or all of the lots they have bid upon depending on the results of the evaluation process.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Passenger Cars
Lot No: 1
II.2.2) Additional CPV codes:
34110000 – Passenger cars.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 1: Contract Hire of Passenger Cars including Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas),Hydrogen and Bio fuels.
Within this lot successful economic operators are able to provide as part of contracts awarded appropriate and relevant ancillary services including (but not limited to) livery, telematics, racking, maintenance services, mobile communications, and vehicle/body/chassis conversions.
Successful suppliers (“Supplier”) appointed to the framework will be required to integrate with an online quotation system.
Additional vehicles and services that may not be easily identifiable as part of this tender document can be specified by individual Eligible Bodies during their call-off processes. Therefore other vehicles and services that are related to the focus of this Agreement are expected to be provided as part of this Agreement within the closest relevant Lot(s).
The Agreement is accessible by all local authorities in England, Scotland, Northern Ireland and Wales, a list of which may be found here:
The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL)buying club. A list of members of TPPL can be obtained from
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 80,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Subject to satisfactory performance this framework will be renewed in four years/48 months from award.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Tender is to be completed and submitted online only via the Delta system:
If you experience any technical difficulties from accessing the above url, then please contact the DeltaeSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com
II.2) Description Lot No. 2
II.2.1) Title: Light Commercial Vehicles up to 7.5t
Lot No: 2
II.2.2) Additional CPV codes:
34136000 – Vans.
34131000 – Pick-ups.
34134000 – Flatbed and Tipper trucks.
34139000 – Chassis.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 2: Contract Hire of Light Commercial Vehicles (LCVs) up to 7.5t including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Bio fuels. The lot also covers body conversions including but not limited to tippers, drop-side, Luton, flat, curtain-side, recycling, aerial platform, jetter, cranes, street lighting and any other body type required.
Within this lot successful economic operators are able to provide appropriate and relevant ancillary services including (but not limited to) livery, telematics, racking, maintenance services, mobile communications, and vehicle/body/chassis conversions.
Successful suppliers (“Supplier”) appointed to the framework will be required to integrate with an online quotation system.
Additional vehicles and services that may not be easily identifiable as part of this tender document can be specified by individual Eligible Bodies during their call-off processes. Other vehicles and services that are related to the focus of this Agreement are expected to be provided within the closest relevant Lot(s).
The Agreement is accessible by all local authorities United Kingdom:
The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 85,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Subject to satisfactory performance this framework will be renewed in four years/48 months from award.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Tender is to be completed and submitted online only via the Delta system:
If you experience any technical difficulties from accessing the above url, then please contact the DeltaeSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com
II.2) Description Lot No. 3
II.2.1) Title: Medium Commercial Vehicles (MCVs) from 7.5t to 12.5t
Lot No: 3
II.2.2) Additional CPV codes:
34130000 – Motor vehicles for the transport of goods.
34140000 – Heavy-duty motor vehicles.
34210000 – Vehicle bodies.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 3: Contract Hire of Medium Commercial Vehicles (MCVs) from 7.5t to 12.5t including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen, and Bio fuels. The lot also includes vehicles with body conversions including but not limited to tippers, drop-side, Luton, flat, curtain-side, recycling, aerial platform, jetter, cranes, street lighting and any other body type an Authority may require, including all racking.
Within this lot successful economic operators are able to provide appropriate and relevant ancillary services including (but not limited to) livery, telematics, racking, maintenance services, mobile communications, and vehicle/body/chassis conversions.
Successful suppliers (“Supplier”) appointed to the framework will be required to integrate with an online quotation system.
Additional vehicles and services that may not be easily identifiable as part of this tender document can be specified during call-off. Other vehicles and services that are related to the focus of this Agreement are expected to be provided within the closest relevant Lot(s).
The Agreement is accessible by all local authorities United Kingdom:
The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 30,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Subject to satisfactory performance this framework will be renewed in four years/48 months from award.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Tender is to be completed and submitted online only via the Delta system:
If you experience any technical difficulties from accessing the above url, then please contact the DeltaeSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com
II.2) Description Lot No. 4
II.2.1) Title: Accessible/non-accessible Welfare buses. Van, OEM and coach-built up to 17 seats
Lot No: 4
II.2.2) Additional CPV codes:
34120000 – Motor vehicles for the transport of 10 or more persons.
34115200 – Motor vehicles for the transport of fewer than 10 persons.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 4: Contract Hire of Welfare Buses up to 17 seats including Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuel. Accessible/non-accessible welfare buses will be van, OEM or coach-built.
Within this lot successful economic operators are able to provide appropriate and relevant ancillary services including (but not limited to) livery, telematics, racking, maintenance services, mobile communications, and vehicle/body/chassis conversions.
Successful suppliers (“Supplier”) appointed to the framework will be required to integrate with an online quotation system.
Additional vehicles and services that may not be easily identifiable as part of this tender document can be specified during call-off. Other vehicles and services that are related to the focus of this Agreement are expected to be provided within the closest relevant Lot(s).
The Agreement is accessible by all local authorities United Kingdom:
The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 30,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Subject to satisfactory performance this framework will be renewed in four years/48 months from award.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Tender is to be completed and submitted online only via the Delta system:
If you experience any technical difficulties from accessing the above url, then please contact the DeltaeSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com
II.2) Description Lot No. 5
II.2.1) Title: Sweepers: Sub-compact, compact, mid-size and truck-mounted (up to 18t)
Lot No: 5
II.2.2) Additional CPV codes:
34144430 – Road-sweeping vehicles.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 5: Contract Hire of Sweepers including pedestrian, sub-compact, compact, mid-size and truck-mounted (up to 18t). This includes Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Bio fuelled sweepers.
Within this lot successful economic operators are able to provide appropriate and relevant ancillary services including (but not limited to) livery, telematics, racking, maintenance services, mobile communications, and vehicle/body/chassis conversions.
Successful suppliers (“Supplier”) appointed to the framework will be required to integrate with an online quotation system.
Additional vehicles and services that may not be easily identifiable as part of this tender document can be specified during call-off. Other vehicles and services that are related to the focus of this Agreement are expected to be provided within the closest relevant Lot(s).
The Agreement is accessible by all local authorities United Kingdom:
The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 25,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Subject to satisfactory performance this framework will be renewed in four years/48 months from award.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Tender is to be completed and submitted online only via the Delta system:
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com
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:
Any conditions are stated within the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Any conditions are stated within the procurement documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
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
Envisaged maximum number of participants to the framework agreement: 55
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 12/09/2016 Time: 12:00
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 month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 12/09/2016
Time: 12:05
Place:
TPPL Offices, opening conducted via Delta system
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months from publication of this contract notice
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority reserves the right at any time to cease the procurement process and not award a contract or to award only part of the opportunity described in this contract notice. If the contracting authority takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any tenderer as a result.
The contracting authority undertakes to hold confidential any information provided in the proposal submitted, subject to the contracting authority’s obligations under the law including the Freedom of Information Act 2000. If the applicant considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The contracting authority will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.
The contracting authority reserves the right to carry out additional financial checks on all companies tendering for this Framework Agreement at any time during the procurement process to ensure that they continue to meet the contracting authority’s requirements and remain financially viable to fulfil the requirements.
Please note that there will be no form of exclusivity or volume that is guaranteed under the resultant Agreement and the Council will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.
Bidders should be aware that due to the nature of the Agreement and Supplies provided, the Agreement formed as a result of this procurement process shall be executed as a deed and attested under the common seal of the Council. Bidders should seek independent legal advice on the implications of this prior to submitting their tender submission, where appropriate.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
VI.4) Procedures for review
VI.4.1) Review body:
Hertfordshire County Council
County Hall, Pegs Lane, Hertford, SG13 8DQ, United Kingdom
Internet address:
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the Framework Agreement before it is executed/signed (as appropriate).
The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 11/08/2016
Annex A
More Opportunties
- United Kingdom-Belfast: Infant Formula and Teat Units
8 Aug 25
Business Services Organisation (BSO), Procurement and Logistics Service (PaLS) seeks through this tender opportunity to appoint suppliers for the supply and delivery of Infant Formula and Teat Units to Health and Social Care Northern Ireland (HSCNI).> > - United Kingdom-Coventry: Design and Supply of Two Sludge Drying Units
8 Aug 25
Design and supply of two sludge drying units for deployment at two sites for STW.> > - General Purpose Ultrasonic Scanning Systems- Exporting Opportunity
8 Aug 25
Opportunity type Public Sector Industry Healthcare services A tender has been issued for the supply and installation of 2 sets of general purpose ultrasonic scanning systems You must be able to: supply and install 2 complete sets of brand new general purp> >