Tender

Bus Fleet Diesel and Electric Vehicles

  • Liverpool City Region Combined Authority

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-012075

Procurement identifier (OCID): ocds-h6vhtk-05ec46 (view related notices)

Published 10 February 2026, 4:07pm



Scope

Reference

DNDN801648

Description

In April 2023, Liverpool City Region Combined Authority (LCRCA) published an Assessment on Bus Franchising in the Liverpool City Region, which set out a proposed bus Franchising Scheme in accordance with the Transport Act 2000. In October 2023, the Liverpool City Region Mayor made the decision to introduce a Franchising Scheme covering the Liverpool City Region. Franchising is a legal model where buses are under the control of a public sector authority (LCRCA) who set the routes, frequency, fares and overall standard of buses in the region. The existing commercially led market will be replaced and private bus operators will no longer be able to run most services independently. Instead, bus services will be operated under franchise contracts and bus operators will bid to run the services through a competitive procurement process managed by the Combined Authority. LCRCA intend to introduce the second Tranche of franchised bus services from September 2027, covering Liverpool, Sefton and Knowsley. This follows the first Tranche of franchised bus services introduced in September 2026 covering St Helens and the Wirral. For Category 1 franchise contracts, LCRCA will provide the successful operator with a fleet of vehicles which the operator will then operate, manage and maintain the fleet throughout the franchise term. In preparation for the commencement of the Tranche 2 bus franchising programme in September 2027, LCRCA wish to procure a fleet of new vehicles including diesel and electric vehicles. A number of double-decker, single-decker and midi-sized buses are required to be delivered in May 2027 ahead of the commencement date of franchised services.

Total value (estimated)

  • £99,000,000 excluding VAT
  • £118,800,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 May 2026 to 30 April 2031
  • Possible extension to 30 April 2032
  • 6 years

Description of possible extension:

1 x 12 month Extension

Main procurement category

Goods

CPV classifications

  • 34120000 - Motor vehicles for the transport of 10 or more persons

Contract locations

  • UKD7 - Merseyside

Lot constraints

Maximum number of lots a supplier can be awarded: 2

Description of how multiple lots may be awarded:

Potential Suppliers are invited to tender for any combination of Lots. Each Lot shall be evaluated on an individual basis, with the Most Advantageous Tender (MAT) being selected as the preferred tender for each Lot, subject to the following restrictions:

- A Supplier may only be awarded one of the Lots for the supply of double decker vehicles

- A Supplier may only be selected as the preferred tenderer for a maximum of two Lots

- The preferred tenderer for each Lot will be determined by reference to a Lot hierarchy, from Lot 1, to Lot 6, in order.

- Where, due to the restrictions above, LCRCA finds itself unable to award a Lot to a Supplier that would otherwise have been awarded the Lot, and there are no alternative eligible bids, LCRCA may award the Lot to the Supplier in excess of the restriction of the number of Lots that may be awarded to a single Supplier.

- Should a Supplier withdraw a tender from a Lot subsequent to the evaluation of tenders and selection of preferred bidder for each Lot, the preferred bidder for each Lot will not be reevaluated.


Lot 1. Double Decker Bus - Diesel

Description

Quantum (Base): 130 Double Decker Vehicles

Quantum (Max): 155 Double Decker Vehicles

Lot value (estimated)

  • £36,900,000 excluding VAT
  • £44,280,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Diesel - Double Decker Bus

Description

Quantum (Base): 117 Double Decker Vehicles

Quantum (Max): 152 Double Decker Vehicles

Lot value (estimated)

  • £33,200,000 excluding VAT
  • £39,840,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Single Decker Bus - Diesel

Description

Quantum (Base) - 55 Single Decker Vehicles

Quantum (Max) - 115 Single Decker Vehicles

Lot value (estimated)

  • £13,200,000 excluding VAT
  • £15,840,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Midi Bus - Electric

Description

Purchase of Electric Vehicles

Quantum (Base) - 24 Midi Vehicles

Quantum (Max) - 40 Midi Vehicles

Lot value (estimated)

  • £8,600,000 excluding VAT
  • £10,320,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Midi Bus - Diesel

Description

Quantum (Base) - 24 Midi Vehicles

Quantum (Max) - 40 Midi Vehicles

Lot value (estimated)

  • £5,600,000 excluding VAT
  • £6,720,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 6. Single Decker Bus - Electric

Description

Quantum (Base) - 4 Single Decker Vehicles

Quantum (Max) - 10 Single Decker Vehicles

Lot value (estimated)

  • £1,500,000 excluding VAT
  • £1,800,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Submission

Enquiry deadline

27 February 2026, 12:00pm

Tender submission deadline

9 March 2026, 12:00pm

Submission address and any special instructions

Submissions must be made via The Chest: https://www.the-chest.org.uk/

DN Ref: DN801648

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

30 April 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 50%
Price Price 50%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Liverpool City Region Combined Authority

  • Public Procurement Organisation Number: PNDZ-8253-CJJM

1 Mann Island

Liverpool

L3 1BP

United Kingdom

Region: UKD72 - Liverpool

Organisation type: Public authority - sub-central government