Awarded contract

Purchase of Standard and Specialist Vehicles

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

F03: Contract award notice

Notice reference: 2023/S 000-006304

Published 3 March 2023, 1:52pm



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 3150103503

Country

United Kingdom

NUTS 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.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Other activity

Public Procurement


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Purchase of Standard and Specialist Vehicles

Reference number

RM6244

two.1.2) Main CPV code

  • 34100000 - Motor vehicles

two.1.3) Type of contract

Supplies

two.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.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £4,000,000,000

two.2) Description

two.2.1) Title

Passenger Cars

Lot No

1

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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) Description

two.2.1) Title

Light and Medium Commercial Vehicles up to 7.5 Tonnes

Lot No

2

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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) Description

two.2.1) Title

Medium and Heavy Commercial Vehicles including Chassis and Cabs

Lot No

3

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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) Description

two.2.1) Title

Bluelight Cars and Motorcycles

Lot No

4

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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) Description

two.2.1) Title

Bluelight Light and Medium Commercial Vehicles up to 7.5 Tonnes

Lot No

5

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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) Description

two.2.1) Title

Refuse Collection and other Waste Management Vehicles

Lot No

6

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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) Description

two.2.1) Title

Minibuses (9 - 17 Seats), including Accessible and Patient Transport

Lot No

7

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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) Description

two.2.1) Title

Buses and Coaches (over 17 Seats)

Lot No

8

two.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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) Description

two.2.1) Title

Trailers and Mobile Units, including Health Screening, Events and Mobile Office Units

Lot No

9

two.2.2) Additional CPV code(s)

  • 34220000 - Trailers, semi-trailers and mobile containers

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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) Description

two.2.1) Title

Conversion of Bespoke and Specialist Vehicles

Lot No

10

two.2.2) Additional CPV code(s)

  • 50117000 - Vehicle conversion and reconditioning services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Price - Weighting: 10

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


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

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: 2022/S 000-008132


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 February 2023

five.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

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £4,000,000,000


Section six. Complementary information

six.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:

https://www.contractsfinder.service.gov.uk/Notice/ed329648-8070-4338-8d2f-bfb70f78338f

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

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 3450103503

Country

United Kingdom