web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Liverpool: Purchase of Standard and Specialist Vehicles

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-008132/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: The Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
Telephone: +44 3150103503
Email: supplier@crowncommercial.gov.uk
Internet address(es):
Main address:

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
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Other activity: Public Procurement

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Purchase of Standard and Specialist Vehicles

Reference number: RM6244
II.1.2) Main CPV code: 34100000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Crown Commercial Service (CCS) as the Authority intends to put in place a pan Government framework agreement for the provision of standard and specialist vehicles to be utilised by Central Government Departments and all other UK Public Sector Bodies, including Local Authorities, Health, Police, Fire and Rescue, Education, Devolved Administrations, British Crown Dependencies and British Overseas Territories, nationalised industry, voluntary bodies, charities and private sector organisations procuring on behalf of these bodies.
The framework agreement will replace the previous Vehicle Purchase framework agreement (RM6060) and Vehicle Conversions dynamic purchasing system (RM3814). The scope of the Framework Contract covers the supply and delivery of vehicles to the United Kingdom of Great Britain and Northern Ireland (UK) and overseas.
The aim of the framework agreement is to appoint suppliers who will be responsible for either the complete supply chain from product development, vehicle manufacture, conversion and supply to customers through to after-sales support, maintenance and support, warranties and parts or vehicle conversion as a stand-alone service.
II.1.5) Estimated total value:
Value excluding VAT: 4000000000.00 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)
34100000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Passenger Cars (Saloon, Hatchback, Estate, Coupe, Convertible, SUV’s, 4×4’s and MPVs).
The associated deliverables for Lot 1 are described within Framework Schedule 1 (Specification) of the Framework Contract.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 2700000000.00 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: Light and Medium Commercial Vehicles up to 7.5 Tonnes

Lot No:2
II.2.2) Additional CPV code(s)
34100000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Dropside, Fridge Vans, Fridge Box, Platform Cab, Luton, Car Derived Vans and Pickups.
The associated deliverables for Lot 2 are described within Framework Schedule 1 (Specification) of the Framework Contract.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 500000000.00 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 and Heavy Commercial Vehicles including Chassis and Cabs

Lot No:3
II.2.2) Additional CPV code(s)
34100000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
HGVs, Trucks (Box Body, Curtainside, Refrigerated), Flatbed, Chassis and Cab only.
The associated deliverables for Lot 3 are described within Framework Schedule 1 (Specification) of the Framework Contract.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 50000000.00 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: Bluelight Cars and Motorcycles

Lot No:4
II.2.2) Additional CPV code(s)
34100000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Emergency Vehicles (Police, Ambulance, Fire & Rescue), Passenger Cars (Saloon, Hatchback, Estate, Coupe, Convertible, SUV’s, 4×4’s and MPV’s), All-Terrain Vehicles, Motorcycles, Scooters and Quad Bikes.
The associated deliverables for Lot 4 are described within Framework Schedule 1 (Specification) of the Framework Contract.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 500000000.00 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: Bluelight Light and Medium Commercial Vehicles up to 7.5 Tonnes

Lot No:5
II.2.2) Additional CPV code(s)
34100000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Emergency Vehicles (Police, Ambulance, Fire & Rescue), Vans, Car Derived Vans and Pickups.
The associated deliverables for Lot 5 are described within Framework Schedule 1 (Specification) of the Framework Contract
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 75000000.00 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: Refuse Collection and other Waste Management Vehicles

Lot No:6
II.2.2) Additional CPV code(s)
34100000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Refuse Collection and other Waste Management Vehicles (Rear Loaders, Side Loaders, Front Loaders).
The associated deliverables for Lot 6 are described within Framework Schedule 1 (Specification) of the Framework Contract.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 40000000.00 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: Minibuses (9 – 17 Seats), including Accessible and Patient Transport

Lot No:7
II.2.2) Additional CPV code(s)
34100000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Minibuses, including accessible and patient transport.
The associated deliverables for Lot 7 are described within Framework Schedule 1 (Specification) of the Framework Contract.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 50000000.00 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: Buses and Coaches (over 17 Seats)

Lot No:8
II.2.2) Additional CPV code(s)
34100000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Buses and Coaches (over 17 Seats).
The associated deliverables for Lot 8 are described within Framework Schedule 1 (Specification) of the Framework Contract.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 50000000.00 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: Trailers and Mobile Units, including Health Screening, Events and Mobile Office Units

Lot No:9
II.2.2) Additional CPV code(s)
34220000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Trailers and Mobile Units, including Health Screening, Events and Mobile Office Units.
The associated deliverables for Lot 9 are described within Framework Schedule 1 (Specification) of the Framework Contract.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 20000000.00 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: Conversion of Bespoke and Specialist Vehicles

Lot No:10
II.2.2) Additional CPV code(s)
50117000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Conversion Services for all of the following vehicles:
M1 Vehicles (Passenger Cars)
N1 Vehicles: (Light Goods Vehicles up to 3.5 tonnes),
N2 Vehicles (used for the carriage of goods, having a maximum mass exceeding 3.5 tonnes but not exceeding 12 tonnes), and;
N3 Vehicles (Used for the carriage of goods, having a maximum mass exceeding 12 tonnes)
Ambulance A&E DCA vehicles
Patient transport service vehicles
Bluelight conversions
Ambulance conversions
Other services such as: design, consultancy, livery, electrical, comms welfare vehicles heating, cooling, ventilation utilities and drainage.
The associated deliverables for Lot 10 are described within Framework Schedule 1 (Specification) of the Framework Contract.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 15000000.00 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.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
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 in the OJ S:2021/S 000-021685
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-05-04 Local time: 15:00
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:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2022-05-04 Local time: 15:01

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:
As part of this contract notice the following documents can be accessed at:
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at:
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Refer to for more information.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool:
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
VI.4) Procedures for review
VI.4.1) Review body
Official name: The Minister for the Cabinet Office acting through Crown Commercial Service
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
Internet address:
VI.5) Date of dispatch of this notice:2022-03-25