web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Liverpool: Purchase of Standard and Specialist Vehicles

Type of document: Contract award
Country: United Kingdom
Publication Ref: (2023/S 000-006304/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Not applicable

Contract award 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.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 has 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.
This framework agreement replaces 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.
This framework agreement appointed 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.1.6) Information about lots:
The contract is divided into lots: yes
II.1.7) Total value of the procurement(excluding VAT)
Value:4000000000
Currency:GBP
II.2) Description
II.2.1) Title: Passenger Cars
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 34100000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement
requirements):
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.2.11) 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)
Main CPV code: 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.2.11) 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)
Main CPV code: 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.2.11) 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)
Main CPV code: 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.2.11) 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)
Main CPV code: 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.2.11) 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)
Main CPV code: 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.2.11) 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)
Main CPV code: 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.2.11) 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)
Main CPV code: 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.2.11) 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)
Main CPV code: 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.2.11) 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)
Main CPV code: 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.2.11) 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 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
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:2022/S 000-008132
Section V: Award of contract
Lot No: 1
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2023-02-07
V.2.2) Information about tenders
Number of tenders received:99
Number of tenders received by electronic means:99
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: See Contracts Finder Notice for full supplier list
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
Email: supplier@crowncommercial.gov.uk
Nuts code:
The contractor is an SME no

V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:4000000000
Currency:GBP

Section VI: Complementary information
VI.3) Additional information:
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at:

1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 02/04/2014, 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 were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 7, 13 suppliers were awarded a place as opposed to the number of 12 as was originally stated in the Contract Notice and For Lot 10, 23 suppliers were awarded a place as opposed to the number of 20 as was originally stated in the Contract Notice that was published on 25/03/2022.
Places Awarded per Lot:
Lot 1 – Passenger Cars : 27
Lot 2 – Light and Medium Commercial Vehicles up to 7.5 Tonnes : 20
Lot 3 – Medium and Heavy Commercial Vehicles including Chassis and Cabs : 9
Lot 4 – Bluelight Cars and Motorcycles : 21
Lot 5 – Bluelight Light and Medium Commercial Vehicles up to 7.5 Tonnes : 13
Lot 6 – Refuse Collection and other Waste Management Vehicles : 10
Lot 7 – Minibuses (up to 17 Seats), including Accessible and Patient Transport : 13
Lot 8 – Buses and Coaches (over 17 Seats) : 14
Lot 9 – Trailers and Mobile Units, including Health Screening, Events and Mobile Office Units) : 8
Lot 10 – Conversion of Bespoke and Specialist Vehicles : 23
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

VI.5) Date of dispatch of this notice:
2023-03-03