Tender

Tyres, Glass & Telematics

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice identifier: 2025/S 000-003598

Procurement identifier (OCID): ocds-h6vhtk-04d509

Published 4 February 2025, 11:05am



The closing date and time has been changed to:

12 March 2025, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Tyres, Glass & Telematics

Reference number

RM6353

two.1.2) Main CPV code

  • 50111100 - Vehicle-fleet management services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service, as the Authority, intends to put in place an agreement for the provision of Tyres, Glass and Telematics for use by the UK Central Government and Wider Public Sector organisations. These bodies include, but are not limited to, Central Government departments and their agencies, non departmental public bodies, devolved administrations, NHS bodies, local authorities, police, voluntary sector, charities and private sector organisations procuring on behalf of these bodies.

two.1.5) Estimated total value

Value excluding VAT: £355,650,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

No restrictions

two.2) Description

two.2.1) Title

Supply and Fit of Tyres and Associated Products and Services for Blue Light (emergency services) Buyers

Lot No

1

two.2.2) Additional CPV code(s)

  • 50116500 - Tyre repair services, including fitting and balancing

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is a single supplier lot, for UK nationwide coverage for the supply, fit and management of tyres and associated products and services to individual Blue Light Buyers. The Supplier is required to supply a full range of premium brand, commercially available tyres (including homologated tyres) required by Blue Light Buyers, as well as associated products and services such as the maintenance and replacement of tyre valves.

The Supplier will offer a range of fitting services to suit the Buyer’s requirements including at their own network of depots, mobile fitting and a 24/7 emergency call out service.

The Supplier may offer additional ancillary products and services which will be provided as a non-core item catalogue including but not limited to items such as wiper blades, bulbs and vehicle servicing.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £124,477,500

two.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

The initial duration of the Framework is 36 months, with an option to extend for 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Lot 1 is a single supplier Lot.

A framework contract will be awarded to a maximum of 1 bidder for Lot 1.

two.2) Description

two.2.1) Title

Supply, Fit and Management of Tyres and Associated Products and Services.

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 50116500 - Tyre repair services, including fitting and balancing

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is a multi Supplier Lot and Suppliers appointed to this lot will need to supply, fit, repair and provide management of tyres and associated products and services on a regional or national basis. Suppliers appointed are required to supply a range of commercially available tyres required by Public Sector Buyers.

Suppliers may offer tyre management solutions to the Buyer on a contracted or non-contracted basis. This may include, but is not limited to Pay As You Go Contracts and Fixed Cost Contracts (for example Pence per Kilometre (PPK) or Pence per Vehicle (PPV).

Suppliers may offer additional ancillary products and services which will be provided as a non-core item catalogue including but not limited to items such as wiper blades, bulbs and vehicle servicing.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £142,260,000

two.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

The initial duration of the Framework is 36 months, with an option to extend for 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

A framework contract will be awarded to a maximum of 25 bidders for Lot 2.

The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot.

Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.

two.2) Description

two.2.1) Title

Supply, Fit and Repair of Glass and Associated Products and Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 50112120 - Windscreen replacement services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is a multi Supplier Lot and Suppliers appointed to this lot will need to supply, fit and repair glass and provide associated services and products on a regional or national basis. For the avoidance of doubt, this may include any glass product which can be fitted to a vehicle, including but not limited to windscreens, rear windscreens, and side windows. Suppliers may also supply complementary services including, but not limited to, minor bodywork repairs.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £17,782,500

two.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

The initial duration of the Framework is 36 months, with an option to extend for 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

A framework contract will be awarded to a maximum of 8 bidders for Lot 3.

The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot.

Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.

two.2) Description

two.2.1) Title

Supply of Vehicle Telematics Hardware, Software and Associated Products

Lot No

4

two.2.2) Additional CPV code(s)

  • 32441300 - Telematics system

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This is a multi Supplier Lot and Suppliers on this lot will need to provide vehicle telematics hardware and software solutions for lease, hire or outright purchase. Suppliers may offer supply only and supply and fit solutions which may include the provision of products and services.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £71,130,000

two.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

The initial duration of the Framework is 36 months, with an option to extend for 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

A framework contract will be awarded to a maximum of 8 bidders for Lot 3.

The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot.

Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-002027

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

5 March 2025

Local time

3:00pm

Changed to:

Date

12 March 2025

Local time

3:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 1 September 2025

four.2.7) Conditions for opening of tenders

Date

5 March 2025

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

II.1.3) Type of contract is also Products for all Lots

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/7b758687-8340-4698-ba4e-9779d06e3251

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business.

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 https://www.ncsc.gov.uk/information/cyber-essentials-faqs 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 for Lot 2, Lot 3, and Lot 4 only.

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.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/