- Scope of the procurement
- Lot 1. Passenger cars
- Lot 2. Light commercial vehicles up to 5t
- Lot 3. Medium commercial vehicles up to 12.5t
- Lot 4. Pedestrian, compact and chassis mounted road sweepers up to 12.5t
- Lot 5. Vehicle repowering and refurbishment
- Lot 6. Vehicle racking and van conversions
- Lot 7. Telematics equipment
- Lot 8. Electric vehicle charging infrastructure
- Lot 9. Micromobility
Section one: Contracting authority
one.1) Name and addresses
Hertfordshire County Council
County Hall, Pegs Lane
Hertford
SG13 8BQ
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://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