web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Hertford: Hertfordshire County Council & TPPL Vehicle Purchase Framework

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-035736/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Hertfordshire County Council
Postal address: County Hall, Pegs Lane
Town: Hertford
Postal code: SG13 8BQ
Country: United Kingdom
Telephone: +44 1954250517
Email: tenders@tppl.co.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
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 above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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 Purchase Framework

Reference number: TPPLHCCOP03
II.1.2) Main CPV code: 34100000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Hertfordshire County Council invites tenders for organisations to participate in a 48 month Agreement for the supply of vehicles and ancillary goods/services . The range and types of Vehicles to be supplied are detailed in the procurement documents, and under each lot detailed on this notice.
The Agreement will be used by the Council, and the Council intends to make the agreement available for all Contracting Authorities throughout all administrative regions of the UK (as defined by PCR15). This includes but is not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities.
A list of definable groups that may access the framework is provided in VI.3.
II.1.5) Estimated total value:
Value excluding VAT: 325000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Passenger cars

Lot No:1
II.2.2) Additional CPV code(s)
34110000, 34300000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Supply of passenger cars of all types and body styles including Petrol, Diesel, Hybrid, Electric, LPG (Liquid Petroleum Gas, Hydrogen & all Biofuel mixtures).
The Lot includes the option to supply pre-registered, ex-demonstration, and used (with manufacturer warranty) vehicles. Spare parts and maintenance contract services may also be required. However, unless expressly specified by a member during a call-off process, vehicles supplied under this lot must be new.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 15000000 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: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.14) Additional information: To respond to this opportunity please click here:

II.2.1) Title: Light commercial vehicles up to 5t

Lot No:2
II.2.2) Additional CPV code(s)
34130000, 34136000, 34136100, 34136200, 34300000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Supply of light commercial vehicles (LCVs) up to 5t including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen and Biofuels. The Lot also covers Vehicles purchased with body conversions including but not limited to Tippers, Drop-side, Luton, Flat, Curtain-side, Recycling, Aerial Platform, Jetters, Cranes, Street Lighting and any other body type an Eligible Body may require.
The Lot includes the option to supply pre-registered, ex-demonstration, and used (with manufacturer warranty) vehicles. Spare parts and maintenance contract services may also be required. However, unless expressly specified by a member during a call-off process, vehicles supplied under this lot must be new.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 155000000 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: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Medium commercial vehicles up to 12.5t

Lot No:3
II.2.2) Additional CPV code(s)
34130000, 34136000, 34300000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Supply of medium commercial vehicles (MCVs) from 5t up to 12.5t including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen and Biofuels. The Lot also covers Vehicles purchased with body conversions including but not limited to Tippers, Drop-side, Luton, Flat, Curtain-side, Recycling, Aerial Platform, Jetters, Cranes, Street Lighting and any other body type an Eligible Body may require. MCVs are typically considered to be in the weight bracket of between 5t to 12.5t.
The Lot includes the option to supply pre-registered, ex-demonstration, and used (with manufacturer warranty) vehicles. Spare parts and maintenance contract services may also be required. However, unless expressly specified by a member during a call-off process, vehicles supplied under this lot must be new.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 35000000 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: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Pedestrian, compact and chassis mounted road sweepers up to 12.5t

Lot No:4
II.2.2) Additional CPV code(s)
34921100, 34300000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Supply of pedestrian, compact and chassis mounted road sweepers, graffiti van conversions, and other street cleaning vehicles up to 12.5t. To include all fuel types, e.g. Petrol, Diesel, Hybrid, Electric, LPG (Liquid Petroleum Gas, Hydrogen & all Bio Fuel mixtures).
The Lot includes the option to supply pre-registered, ex-demonstration, and used (with manufacturer warranty) vehicles. Spare parts and maintenance contract services may also be required. However, unless expressly specified by a member during a call-off process, vehicles supplied under this lot must be new.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 25000000 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: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Vehicle repowering and refurbishment

Lot No:5
II.2.2) Additional CPV code(s)
34310000, 50117000, 51140000, 34300000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Supply of Vehicle repowering and refurbishment. Includes range-extending solutions. This Lot is for the supply and fit of electric, hydrogen, or other alternatively powered drivetrain conversion solutions. These activities may be to repower existing internal combustion engine vehicles, or glider chassis. The Lot may also be used for the refurbishment of vehicles, as part of the repowering works, but also as a standalone refurbishment (excluding any repowering) of vehicles.
Types of vehicles to be repowered or refurbished, includes but is not limited to, all HGVs (of any weight and chassis), passenger cars, light and medium commercial vehicles (to 12.5t) and buses (from 5 – 75 seats) including accessible and non-accessible, articulated and double decked. Services expected to be provided includes but is not limited to, design, conversion, warranty, servicing, maintenance, and training.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 35000000 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: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Vehicle racking and van conversions

Lot No:6
II.2.2) Additional CPV code(s)
50117100, 34300000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Supply of Vehicle racking and van conversions (including chassis cabs) to include ply lining, full racking conversions, all ancillary electrical, tow bars, roof pipes, ladders, invertors, tipping bodies, and any other equipment that an Eligible Body may need in the conversion of vans and chassis cabs. This Lot includes the option to supply vehicle livery when specified by the Eligible Body.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 25000000 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: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Telematics equipment

Lot No:7
II.2.2) Additional CPV code(s)
32441300

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Supply (and installation when specified) of telematics equipment and hardware. Contracts might include activation of proprietary OEM systems. Hardware can include dashcams and other similar equipment. Equipment supplied to be supported (when specified by member) with back-office systems/software, including on a subscription basis, for management of the equipment and if required for ancillary purposes such as EV suitability analysis. The member can specify whether equipment is to be hardwired into the vehicle loom or plugged into an available ODBM port.
Outputs from telematic equipment to include mapping, vehicle data reporting, fuel analysis, tracking equipment and can include installation and provision of maintenance contracts if required by an Eligible Body.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 10000000 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: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Electric vehicle charging infrastructure

Lot No:8
II.2.2) Additional CPV code(s)
31158000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Supply of electric vehicle charging infrastructure, including charging infrastructure for any vehicle and body type required. Contracts may include site surveys, installation, ongoing support/maintenance (of the charging points and associated equipment), site safety works (e.g. markings, signage, equipment), technical consultancy/guidance, dynamic load management, provision of emergency back-up solutions, back-office software, and behind the meter production and storage options. EV charging infrastructure may be provided by suppliers on a ‘fully managed’ basis, i.e. the supplier provides the necessary infrastructure on a full turnkey basis.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 10000000 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: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Micromobility

Lot No:9
II.2.2) Additional CPV code(s)
34420000,
Supplementary CPV code: CB1034400000,
Supplementary CPV code: CB1034144900, 34430000
Supplementary CPV code: CB10

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
UNITED KINGDOM

II.2.4) Description of the procurement:
Supply of micromobility/last mile equipment and vehicles. Including, but not limited to all types and varieties of e-Scooters, e-Bikes (e.g. electrically assisted pedal cycles, cargo bikes etc.), driverless/autonomous pods, electric scooters (motor bikes), and fuel cell cargo pedelecs.
Micromobility solutions tendered for by members under this framework will include for deployment of supporting software systems, and charging infrastructure required to support schemes on a full turnkey concession basis.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 15000000 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: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 2023-01-23 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2023-01-23 Local time: 12:05 Place:TPPL Offices

Information about authorised persons and opening procedure:Submissions will be downloaded from the Delta system by authorised officers of either TPPL or Hertfordshire Council

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
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Council intends to make the resulting agreement available for use by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services. Please see the following websites for further detail of these definable groups:

)

)

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 Members of the TPPL buying club can only be public sector organisations and their wholly owned subsidiaries who classify as a contracting authority.
For more information about this opportunity, please visit the Delta eSourcing portal at:

To respond to this opportunity, please click here:

GO Reference: GO-20221216-PRO-21764393
VI.4) Procedures for review
VI.4.1) Review body
Official name: The High Court
Postal address: Royal Court of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name: N/A
Town: N/A
Country: United Kingdom

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 review procedure may be obtained
Official name: N/A
Town: N/A
Country: United Kingdom
VI.5) Date of dispatch of this notice:2022-12-16