Tender

CSKL & TPPL Bus Framework 2025

  • Commercial Services Kent Limited

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

Notice identifier: 2025/S 000-051145

Procurement identifier (OCID): ocds-h6vhtk-058d7f

Published 26 August 2025, 10:05am



Scope

Reference

TPPLPSBUS01

Description

CSKL and TPPL are inviting tenders for organisations to participate in a 48-month closed Framework for the supply of buses and passenger transport services across the UK. Buses and coaches to be supplied shall include, but are not limited to, chassis (converted and unconverted), van conversions, and coach built. Buses and coaches available shall be for any range/number of seats and with any required fuel type (e.g. petrol, diesel, biodiesel, HVO, electric, hydrogen) and drivetrain.

In relation to provision of community and/or passenger transport services. Contracts awarded under the framework are expected to be for the provision to carry 9 or more

passengers. Vehicles used in the provision of services to include minibuses, buses and coaches. Wheelchair accessible variants will be required. Passenger assistants/escorts may be required by Contact Authorities for some services under lot 5.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=963097270

Commercial tool

Establishes a framework

Total value (estimated)

  • £300,000,000 excluding VAT
  • £360,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 17 December 2025 to 16 December 2029
  • 4 years

Main procurement category

Goods

Additional procurement category

Services

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Vehicle chassis, converted and unconverted 5 seats and above

Description

Vehicle chassis, converted and unconverted 5 seats and above. Vehicles to operate on any of Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuel. This lot is for the purchase of either unconverted chassis or converted chassis from the Original Equipment Manufacturer (OEM). If a converted vehicle is required under this lot, the convertor may either be nominated by the Member or the OEM will use their preferred convertor (e.g. they may be a convertor external to this Framework). For clarity, purchases from this lot will be made from OEMs or suppliers of chassis (unconverted/converted) that have been appointed to the framework in this lot.

Converted chassis or coach-built vehicles purchased from this lot, from the OEM, may be for any style or type envisaged within the scope of lots 2 - 4.

Lot value (estimated)

  • £12,500,000 excluding VAT
  • £15,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34121000 - Buses and coaches
  • 34139000 - Chassis

Same for all lots

Contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Van conversions 5 - 26 seat accessible and non-accessible vehicles

Description

Van conversions 5 - 26 seat accessible and non-accessible vehicles, for all passenger transportation purposes including SEND, NEPTS, Community Transport, and Care Homes. Vehicles to operate on any of Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuel. This lot is for the purchase of converted chassis from the convertors appointed to the framework. Members can if they choose to, nominate and/or provide the necessary chassis' for conversion and pay for the conversion only. Convertors can make available for sale ex-demonstration vehicles to Members within this lot.

Lot value (estimated)

  • £115,000,000 excluding VAT
  • £138,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34114400 - Minibuses
  • 34115200 - Motor vehicles for the transport of fewer than 10 persons
  • 34120000 - Motor vehicles for the transport of 10 or more persons

Same for all lots

Contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Coach built 5-36 seat accessible and non-accessible vehicles

Description

Coach built 5-36 seat accessible and non-accessible vehicles, for all passenger transportation purposes including SEND, NEPTS, Community Transport, and Care Homes. Vehicles to operate on any of Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuel. This lot is for the purchase of converted chassis from the convertors appointed to the framework. Members can if they choose to, nominate and/or provide the necessary chassis' for conversion and pay for the conversion only. Convertors can make available for sale ex-demonstration vehicles to Members within this lot.

Lot value (estimated)

  • £115,000,000 excluding VAT
  • £138,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34115200 - Motor vehicles for the transport of fewer than 10 persons
  • 34120000 - Motor vehicles for the transport of 10 or more persons

Same for all lots

Contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. 36 seats and above, buses and coaches to include single/double decked, articulated and tri-axle vehicles

Description

36 seats and above, buses and coaches to include single/double decked, articulated and tri-axle vehicles. Vehicles can be for all passenger transportation purposes including SEND, NEPTS, Community Transport, and Care Homes. Vehicles to operate on any of Petrol, Diesel, Hybrid, Electric, LPG (liquid petroleum gas), Hydrogen and Biofuel. Members can if they choose to, nominate and/or provide the necessary chassis' for conversion and pay for the conversion only. Convertors can make available for sale ex-demonstration vehicles to Members within this lot.

Lot value (estimated)

  • £37,500,000 excluding VAT
  • £45,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

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

Same for all lots

Contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Community/Passenger Transport Services: Including driver/operator - SEND transport, PTS, Community Transport & Care Homes

Description

For provision of community and/or passenger transport service contracts. Services with the provision to carry 9 or more passengers. Vehicles used in the provision of services to include minibuses, buses and coaches. Wheelchair accessible variants will be required. Passenger assistants/escorts may be required by Contracting Authorities for some services, this is optional and defined by individual Contracting Authorities.

Service types to include, but are not limited to, school travel, community transport, vulnerable adults and children, and non-emergency hospital transportation.

Lot value (estimated)

  • £20,000,000 excluding VAT
  • £24,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34121000 - Buses and coaches
  • 60100000 - Road transport services
  • 60130000 - Special-purpose road passenger-transport services
  • 60170000 - Hire of passenger transport vehicles with driver

Same for all lots

Contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

1%

Further information about fees

Lots 1 - 4 fee is 1%, for Lot 5 the fee is 1.25%. Full details provided within the procurement documents, in particular clause 10 of the framework agreement.

Member Rebate - Supporting Carbon Reduction:

To support Contracting Authorities with the additional investment required when acquiring Full Battery Electric and Hydrogen Fuel Cell Electric vehicles with 8 or more passenger seats (not including electric/internal combustion hybrids, mild hybrids or internal combustion engine vehicles), 25% (equating to 0.25% of the total Capital Cost) of the framework fee generated under Lots 1 - 4 shall be disbursed by the Agent back to the Contracting Authority that has purchased said Vehicle(s) using this Framework.

Framework operation description

This Framework is intended to be used by Contracting Authorities, who may access without competition between the suppliers. Clause 9.2 of the Framework Agreement details the objective mechanism to award a Call-Off Contract to a Supplier without competition, as per section 45(4) of the Act.

Suppliers will be ranked within each of the Lots of the Framework based on their overall score. However, due to the range of chassis and completed vehicles available within each Lot, the Suppliers are sub-ranked based on the individual chassis or vehicle type that has been listed within the framework cost submission. Therefore, where the 1st ranked Supplier in the Lot has not submitted a price for a given vehicle or chassis the next highest ranked Supplier becomes the first ranked Supplier for that vehicle or chassis type.

The Framework may also be accessed by Contracting Authorities to award Call-Off Contracts following completion of a Competitive Selection Process, as per section 46 of the Act. The Competitive Selection Process to be used under the Framework is detailed within Clauses 9.3 to 9.7 of the Framework Agreement.

Goods and associated services that may not be easily identifiable as part of this tender document can be specified by individual Members during their call-off processes. Therefore, other goods and services that are related to the focus of this Framework are expected to be provided as part of this Framework within the closest relevant Lot(s). This is subject to alignment with the scope and objectives of the relevant Lot(s).

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

CSKL is a Centralised Procurement Authority as defined in the Act. TPPL are acting as an agent on behalf of CSKL and will undertake activities relating to this proposed Framework. This Framework is intended for use by Contracting Authorities throughout the United Kingdom, including but not limited to:

Local Authorities and Combined Authorities

Registered Providers of Social Housing

NHS Bodies and Health Trusts

Educational Institutions (Schools, Colleges, Universities, Academies)

Emergency Services (Police, Fire, Ambulance, Coastguard)

Registered Charities

Non-Departmental Public Bodies

Central Government Departments and their Executive Agencies

TPPL Members: https://www.tppl.co.uk/membership/

Other public sector bodies as defined in Section 2 of the Procurement Act 2023

The framework may also be accessed by other Centralised Procurement Authorities acting on behalf of the above entities.


Participation

Legal and financial capacity conditions of participation

Lot 1. Vehicle chassis, converted and unconverted 5 seats and above

As per procurement documents.

Technical ability conditions of participation

Lot 1. Vehicle chassis, converted and unconverted 5 seats and above

As per procurement documents.


Submission

Enquiry deadline

22 September 2025, 5:00pm

Tender submission deadline

29 September 2025, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

21 November 2025


Award criteria

Lot 1. Vehicle chassis, converted and unconverted 5 seats and above

Lot 2. Van conversions 5 - 26 seat accessible and non-accessible vehicles

Lot 3. Coach built 5-36 seat accessible and non-accessible vehicles

Lot 4. 36 seats and above, buses and coaches to include single/double decked, articulated and tri-axle vehicles

This table contains award criteria for this lot
Name Type Weighting
Cost Submission Cost 40%
Capability and infrastructure Quality 25%
Warranty and aftersales Quality 15%
Community Engagement and Social Impact Quality 10%
Carbon Zero Quality 10%

Lot 5. Community/Passenger Transport Services: Including driver/operator - SEND transport, PTS, Community Transport & Care Homes

This table contains award criteria for this lot
Name Type Weighting
Cost submission - Framework Tariffs Cost 30%
Cost submission - Framework Scenarios Cost 10%
Community Engagement and Social Impact Quality 10%
Capability and infrastructure Quality 10%
Service mobilisation Quality 7%
Employment Model & Compliance Quality 7%
Ongoing Service Delivery & Quality Assurance Quality 7%
Vehicle Checks and Management Quality 7%
Organisational Quality Assurance & Complaints Governance Quality 7%
Environmental Sustainability Quality 5%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Commercial Services Kent Limited

  • Public Procurement Organisation Number: PYCX-4938-CCHM

Head Office, 1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

United Kingdom

Telephone: +44 1954250517

Email: tenders@tppl.co.uk

Region: UKJ46 - West Kent

Organisation type: Public authority - sub-central government


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

The Procurement Partnership Limited

Summary of their role in this procurement: Supporting CSKL throughout the procurement process.

  • Public Procurement Organisation Number: PXYT-5842-WRDY

Suite 1, The Old Granary, Westwick, Oakington

Cambridge

CB24 3AR

United Kingdom

Contact name: Phillip Williams

Telephone: 07825176892

Email: pwilliams@tppl.co.uk

Region: UKH12 - Cambridgeshire CC


Contact organisation

Contact Commercial Services Kent Limited for any enquiries.