Contract

Purchase of Standard and Specialist Vehicles

  • Crown Commercial Service

F20: Modification notice

Notice identifier: 2025/S 000-044065

Procurement identifier (OCID): ocds-h6vhtk-02dc24

Published 30 July 2025, 8:36am



Section one: Contracting authority/entity

one.1) Name and addresses

Crown Commercial Service

The Capital Building, Old Hall Street

Liverpool

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs


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.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement at the time of conclusion of the contract:

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.

The framework agreement replaced 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.

The aim of the framework agreement was to appoint 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.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

48

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.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2025/S 000-042016


Section five. Award of contract/concession

Contract No

RM6244

Lot No

All Lots

Title

Purchase of Standard & Specialist Vehicles

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

7 February 2023

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

See Contracts Finder Notice for full supplier list

Liverpool

Country

United Kingdom

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

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £4,000,000,000


Section six. Complementary information

six.3) Additional information

As part of this contract notice the following documents can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/3c8baef4-0fbf-460f-8e73-983b63642Cde

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

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

Internet address

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


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 34100000 - Motor vehicles

seven.1.3) Place of performance

NUTS code
  • UK - United Kingdom

seven.1.4) Description of the procurement:

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.

The framework agreement replaced 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.

The aim of the framework agreement was to appoint 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.

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

48

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£5,520,000,000

seven.1.7) Name and address of the contractor/concessionaire

Please refer to Contracts Finder for the full list of successful suppliers

Liverpool

Country

United Kingdom

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

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

Notice of necessary increase to the estimated overall value of CCS’ Purchase of Standard and Specialist Vehicles Framework (RM6244) procured pursuant to Contract Notice 2022/S 000-008132 (“Framework”) from £4,000,000,000 to £5,520,000,000.

The value of the Framework lots will be amended to:

Lot 1: £2,750,000,000

Lot 2: £550,000,000

Lot 3: £30,000,000

Lot 4: £380,000,000

Lot 5: £175,000,000

Lot 6: £5,000,000

Lot 7: £5,000,000

Lot 8: £1,505,000,000

Lot 9: £5,000,000

Lot 10: £115,000,000

No other changes will be made to the Framework.

The value increase is required due to increased demand from:

Continued and increased customer use of the Framework; Change in policy on the procurement of buses; and

A greater number of services being procured under certain lots than anticipated.

CCS’ view is that this modification to the Framework value is permitted pursuant to Regulation 72(1)(e) of the Public Contracts Regulations 2015.

Regulation 72(1)(e) provides a modification is permitted where irrespective of value it is not substantial within the meaning of Regulation 72(8).

Regulation 72(8) provides a modification will be considered substantial if any one or more of the following conditions is met:

(a) the modification renders the framework materially different in character from the one initially concluded;

(b) the modification introduces conditions which, had they been part of the initial procurement procedure,

would have—

(i) allowed for the admission of other candidates than those initially selected,

(ii) allowed for the acceptance of a tender other than that originally accepted, or

(iii) attracted additional participants in the procurement procedure;

(c) the modification changes the economic balance of the framework in favour of the contractor in a manner which was not provided for in the framework;

(d) the modification extends the scope of the framework considerably;

(e) a new contractor replaces the original contractor in cases other than those provided for in paragraph (1)(d).

CCS’ view is that the increase is not a substantial variation because the:

Framework will not be materially different in character from the one originally concluded; Increase would not have allowed for a different tender to be accepted or attracted additional bidders;

Increase does not change the economic balance of the Framework in favour of the supplier(s); Increase

does not extend the scope of the Framework considerably; and a new contractor is not being appointed.

While CCS is not required to publish this notice it does so to be transparent and will observe a voluntary standstill period of 10-days, after which the increase will take effect.

As set out above, this is a non-substantial modification under Regulation 72(1)(e), but, in the event that this modification is deemed not to be a modification under the PCR, then this notice should be treated as providing the requisite notice of a contract award.

seven.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

Due to the set up of this form we have selected “Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee”, however please note that this modification is being conducted under Regulation 72(1)(e), not Regulation 72(1)(c), of the Public Contracts Regulations 2015.

The value increase is required due to increased demand from:

Continued and increased customer use of the Framework;

Change in policy on the procurement of buses; and

A greater number of services being procured under certain lots than anticipated.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £4,000,000,000

Total contract value after the modifications

Value excluding VAT: £5,520,000,000