Tender

Hertfordshire County Council & TPPL Vehicle Purchase Framework

  • Hertfordshire County Council

F02: Contract notice

Notice identifier: 2022/S 000-035736

Procurement identifier (OCID): ocds-h6vhtk-03921f

Published 16 December 2022, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Hertfordshire County Council

County Hall, Pegs Lane

Hertford

SG13 8BQ

Email

tenders@tppl.co.uk

Telephone

+44 1954250517

Country

United Kingdom

Region code

UKH23 - Hertfordshire

Internet address(es)

Main address

http://www.hertfordshire.gov.uk

Buyer's address

http://www.supplyhertfordshire.uk/

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://www.delta-esourcing.com/tenders/UK-UK-Hertford:-Motor-vehicles./FRF6AMPSBJ

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Hertford:-Motor-vehicles./FRF6AMPSBJ

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Hertfordshire County Council & TPPL Vehicle Purchase Framework

Reference number

TPPLHCCOP03

two.1.2) Main CPV code

  • 34100000 - Motor vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Hertfordshire County Council invites tenders for organisations to participate in a 48 month Agreement for the supply of vehicles and ancillary goods/services . The range and types of Vehicles to be supplied are detailed in the procurement documents, and under each lot detailed on this notice.

The Agreement will be used by the Council, and the Council intends to make the agreement available for all Contracting Authorities throughout all administrative regions of the UK (as defined by PCR15). This includes but is not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities.

A list of definable groups that may access the framework is provided in VI.3.

two.1.5) Estimated total value

Value excluding VAT: £325,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Passenger cars

Lot No

1

two.2.2) Additional CPV code(s)

  • 34110000 - Passenger cars
  • 34300000 - Parts and accessories for vehicles and their engines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Supply of passenger cars of all types and body styles including Petrol, Diesel, Hybrid, Electric, LPG (Liquid Petroleum Gas, Hydrogen & all Biofuel mixtures).

The Lot includes the option to supply pre-registered, ex-demonstration, and used (with manufacturer warranty) vehicles. Spare parts and maintenance contract services may also be required. However, unless expressly specified by a member during a call-off process, vehicles supplied under this lot must be new.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/FRF6AMPSBJ

two.2) Description

two.2.1) Title

Light commercial vehicles up to 5t

Lot No

2

two.2.2) Additional CPV code(s)

  • 34130000 - Motor vehicles for the transport of goods
  • 34136000 - Vans
  • 34136100 - Light vans
  • 34136200 - Panel vans
  • 34300000 - Parts and accessories for vehicles and their engines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Supply of light commercial vehicles (LCVs) up to 5t including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen and Biofuels. The Lot also covers Vehicles purchased with body conversions including but not limited to Tippers, Drop-side, Luton, Flat, Curtain-side, Recycling, Aerial Platform, Jetters, Cranes, Street Lighting and any other body type an Eligible Body may require.

The Lot includes the option to supply pre-registered, ex-demonstration, and used (with manufacturer warranty) vehicles. Spare parts and maintenance contract services may also be required. However, unless expressly specified by a member during a call-off process, vehicles supplied under this lot must be new.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £155,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Medium commercial vehicles up to 12.5t

Lot No

3

two.2.2) Additional CPV code(s)

  • 34130000 - Motor vehicles for the transport of goods
  • 34136000 - Vans
  • 34300000 - Parts and accessories for vehicles and their engines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Supply of medium commercial vehicles (MCVs) from 5t up to 12.5t including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen and Biofuels. The Lot also covers Vehicles purchased with body conversions including but not limited to Tippers, Drop-side, Luton, Flat, Curtain-side, Recycling, Aerial Platform, Jetters, Cranes, Street Lighting and any other body type an Eligible Body may require. MCVs are typically considered to be in the weight bracket of between 5t to 12.5t.

The Lot includes the option to supply pre-registered, ex-demonstration, and used (with manufacturer warranty) vehicles. Spare parts and maintenance contract services may also be required. However, unless expressly specified by a member during a call-off process, vehicles supplied under this lot must be new.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £35,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Pedestrian, compact and chassis mounted road sweepers up to 12.5t

Lot No

4

two.2.2) Additional CPV code(s)

  • 34921100 - Road sweepers
  • 34300000 - Parts and accessories for vehicles and their engines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Supply of pedestrian, compact and chassis mounted road sweepers, graffiti van conversions, and other street cleaning vehicles up to 12.5t. To include all fuel types, e.g. Petrol, Diesel, Hybrid, Electric, LPG (Liquid Petroleum Gas, Hydrogen & all Bio Fuel mixtures).

The Lot includes the option to supply pre-registered, ex-demonstration, and used (with manufacturer warranty) vehicles. Spare parts and maintenance contract services may also be required. However, unless expressly specified by a member during a call-off process, vehicles supplied under this lot must be new.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £25,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Vehicle repowering and refurbishment

Lot No

5

two.2.2) Additional CPV code(s)

  • 34310000 - Engines and engine parts
  • 50117000 - Vehicle conversion and reconditioning services
  • 51140000 - Installation services of engines
  • 34300000 - Parts and accessories for vehicles and their engines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Supply of Vehicle repowering and refurbishment. Includes range-extending solutions. This Lot is for the supply and fit of electric, hydrogen, or other alternatively powered drivetrain conversion solutions. These activities may be to repower existing internal combustion engine vehicles, or glider chassis. The Lot may also be used for the refurbishment of vehicles, as part of the repowering works, but also as a standalone refurbishment (excluding any repowering) of vehicles.

Types of vehicles to be repowered or refurbished, includes but is not limited to, all HGVs (of any weight and chassis), passenger cars, light and medium commercial vehicles (to 12.5t) and buses (from 5 – 75 seats) including accessible and non-accessible, articulated and double decked. Services expected to be provided includes but is not limited to, design, conversion, warranty, servicing, maintenance, and training.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £35,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Vehicle racking and van conversions

Lot No

6

two.2.2) Additional CPV code(s)

  • 50117100 - Motor vehicle conversion services
  • 34300000 - Parts and accessories for vehicles and their engines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Supply of Vehicle racking and van conversions (including chassis cabs) to include ply lining, full racking conversions, all ancillary electrical, tow bars, roof pipes, ladders, invertors, tipping bodies, and any other equipment that an Eligible Body may need in the conversion of vans and chassis cabs. This Lot includes the option to supply vehicle livery when specified by the Eligible Body.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £25,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Telematics equipment

Lot No

7

two.2.2) Additional CPV code(s)

  • 32441300 - Telematics system

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Supply (and installation when specified) of telematics equipment and hardware. Contracts might include activation of proprietary OEM systems. Hardware can include dashcams and other similar equipment. Equipment supplied to be supported (when specified by member) with back-office systems/software, including on a subscription basis, for management of the equipment and if required for ancillary purposes such as EV suitability analysis. The member can specify whether equipment is to be hardwired into the vehicle loom or plugged into an available ODBM port.

Outputs from telematic equipment to include mapping, vehicle data reporting, fuel analysis, tracking equipment and can include installation and provision of maintenance contracts if required by an Eligible Body.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Electric vehicle charging infrastructure

Lot No

8

two.2.2) Additional CPV code(s)

  • 31158000 - Chargers

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Supply of electric vehicle charging infrastructure, including charging infrastructure for any vehicle and body type required. Contracts may include site surveys, installation, ongoing support/maintenance (of the charging points and associated equipment), site safety works (e.g. markings, signage, equipment), technical consultancy/guidance, dynamic load management, provision of emergency back-up solutions, back-office software, and behind the meter production and storage options. EV charging infrastructure may be provided by suppliers on a ‘fully managed’ basis, i.e. the supplier provides the necessary infrastructure on a full turnkey basis.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Micromobility

Lot No

9

two.2.2) Additional CPV code(s)

  • 34420000 - Motor scooters and cycles with auxiliary motors
    • CB10 - Electrically powered
  • 34400000 - Motorcycles, bicycles and sidecars
    • CB10 - Electrically powered
  • 34144900 - Electric vehicles
  • 34430000 - Bicycles
    • CB10 - Electrically powered

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Supply of micromobility/last mile equipment and vehicles. Including, but not limited to all types and varieties of e-Scooters, e-Bikes (e.g. electrically assisted pedal cycles, cargo bikes etc.), driverless/autonomous pods, electric scooters (motor bikes), and fuel cell cargo pedelecs.

Micromobility solutions tendered for by members under this framework will include for deployment of supporting software systems, and charging infrastructure required to support schemes on a full turnkey concession basis.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

Date

23 January 2023

Local time

12:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 January 2023

Local time

12:05pm

Place

TPPL Offices

Information about authorised persons and opening procedure

Submissions will be downloaded from the Delta system by authorised officers of either TPPL or Hertfordshire Council


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 48 months from publication of this contract notice.

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

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Council intends to make the resulting agreement available for use by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services. Please see the following websites for further detail of these definable groups:

http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm

https://gov.wales/find-your-local-authority

http://www.nidirect.gov.uk/local-councils-in-northern-ireland

http://www.cosla.gov.uk/councils

https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

https://www.housingregulator.gov.scot/landlord-performance/landlords)

https://gov.wales/registered-social-landlords

https://www.nidirect.gov.uk/contacts/housing-associations

https://www.gov.uk/government/organisations/department-for-education

https://www.aoc.co.uk/about/list-of-colleges-in-the-uk

https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies

http://www.schoolswebdirectory.co.uk/localauthorities.php

https://www.gov.uk/find-school-in-england

https://education.gov.scot/ParentZone

https://gov.wales/address-list-schools

http://apps.education-ni.gov.uk/appinstitutes/default.aspx

https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development

http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

https://www.specialistinfo.com/trust_find.php?r=SC&s=3&l=0

https://www.nhsinform.scot/scotlands-service-directory

http://www.wales.nhs.uk/nhswalesaboutus/structure

https://aace.org.uk/uk-ambulance-service/

http://www.scottishambulance.com/TheService/organised.aspx

https://www.nidirect.gov.uk/contacts/health-and-social-care-trusts

https://www.gov.uk/government/organisations

http://www.northernireland.gov.uk/gov.htm

https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

https://www.police.uk/pu/contact-the-police/uk-police-forces/)

https://www.police.uk/pu/your-area/police-service-of-northern-ireland/

http://www.scotland.police.uk/

https://www.gov.uk/government/organisations/maritime-and-coastguard-agency

http://www.fireservice.co.uk/information/ukfrs

https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services

https://www.nifrs.org/contact-us/

http://www.firescotland.gov.uk/your-area.aspx

http://www.oscr.org.uk/

http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx

https://www.gov.uk/government/organisations/national-probation-service/about#divisional-areas

https://communityleisureuk.org/members/

The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/. Members of the TPPL buying club can only be public sector organisations and their wholly owned subsidiaries who classify as a contracting authority.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Hertford:-Motor-vehicles./FRF6AMPSBJ" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Hertford:-Motor-vehicles./FRF6AMPSBJ

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/FRF6AMPSBJ" target="_blank">https://www.delta-esourcing.com/respond/FRF6AMPSBJ

GO Reference: GO-20221216-PRO-21764393

six.4) Procedures for review

six.4.1) Review body

The High Court

Royal Court of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

N/A

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the Framework Agreement before it is executed/signed (as appropriate).

The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.

six.4.4) Service from which information about the review procedure may be obtained

N/A

N/A

Country

United Kingdom