Purchase of Standard and Specialist Vehicles
A Contract Award Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Source
- Find a Tender
- Type
- Framework (Goods)
- Duration
- not specified
- Value
- £4B
- Sector
- TRANSPORT
- Published
- 03 Mar 2023
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
United Kingdom:






1 buyer
1 supplier
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.
Lot Division
1 | Passenger Cars requirements): Passenger Cars (Saloon, Hatchback, Estate, Coupe, Convertible, SUV’s, 4x4’s and MPVs). The associated deliverables for Lot 1 are described within Framework Schedule 1 (Specification) of the Framework Contract. |
2 | Light and Medium Commercial Vehicles up to 7.5 Tonnes 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. |
3 | Medium and Heavy Commercial Vehicles including Chassis and Cabs 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. |
4 | Bluelight Cars and Motorcycles Emergency Vehicles (Police, Ambulance, Fire & Rescue), Passenger Cars (Saloon, Hatchback, Estate, Coupe, Convertible, SUV’s, 4x4’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. |
5 | Bluelight Light and Medium Commercial Vehicles up to 7.5 Tonnes 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 |
6 | Refuse Collection and other Waste Management Vehicles 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. |
7 | Minibuses (9 - 17 Seats), including Accessible and Patient Transport Minibuses, including accessible and patient transport. The associated deliverables for Lot 7 are described within Framework Schedule 1 (Specification) of the Framework Contract. |
8 | Buses and Coaches (over 17 Seats) Buses and Coaches (over 17 Seats). The associated deliverables for Lot 8 are described within Framework Schedule 1 (Specification) of the Framework Contract. |
9 | Trailers and Mobile Units, including Health Screening, Events and Mobile Office Units 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. |
10 | Conversion of Bespoke and Specialist Vehicles 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. |
Award Detail
1 | See Contracts Finder Notice for Full Supplier List (Liverpool)
|
Award Criteria
Quality | 90 |
price | 10 |
CPV Codes
- 34100000 - Motor vehicles
- 34220000 - Trailers, semi-trailers and mobile containers
- 50117000 - Vehicle conversion and reconditioning services
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** 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: https://www.contractsfinder.service.gov.uk/Notice/ed329648-8070-4338-8d2f-bfb70f... 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: https://www.gov.uk/government/publications/government-security-classifications 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
Reference
- ocds-h6vhtk-02dc24
- FTS 006304-2023