Notice Information
Notice Title
Purchase of Standard and Specialist Vehicles
Notice Description
Crown Commercial Service (CCS) as the Authority intends to 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 will replace 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 is 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. CCS have amended the Estimated total value excluding VAT, and the estimated value excluding VAT in each of the Lots. These changes will be effective from 04/08/2025.
Lot Information
Passenger Cars
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.
Light and Medium Commercial Vehicles up to 7.5 TonnesDropside, Fridge Vans, Fridge Box, Platform Cab, Luton, Car Derived Vans and Pickups. The associated deliverables for Lot 2 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS550,000,000
Medium and Heavy Commercial Vehicles including Chassis and CabsHGVs, Trucks (Box Body, Curtainside, Refrigerated), Flatbed, Chassis and Cab only. The associated deliverables for Lot 3 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS30,000,000
Bluelight Cars and MotorcyclesEmergency Vehicles (Police, Ambulance, Fire & Rescue), Passenger Cars (Saloon, Hatchback, Estate, Coupe, Convertible, SUV's, 4x4's and MPV's), All-Terrain Vehicles, Motorcycles, Scooters and Quad Bikes. The associated deliverables for Lot 4 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS380,000,000
Bluelight Light and Medium Commercial Vehicles up to 7.5 TonnesEmergency Vehicles (Police, Ambulance, Fire & Rescue), Vans, Car Derived Vans and Pickups. The associated deliverables for Lot 5 are described within Framework Schedule 1 (Specification) of the Framework Contract Additional information: Value excluding VAT: PS175,000,000
Refuse Collection and other Waste Management VehiclesRefuse Collection and other Waste Management Vehicles (Rear Loaders, Side Loaders, Front Loaders). The associated deliverables for Lot 6 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS5,000,000
Minibuses (9 - 17 Seats), including Accessible and Patient TransportMinibuses, including accessible and patient transport. The associated deliverables for Lot 7 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS5,000,000
Buses and Coaches (over 17 Seats)Buses and Coaches (over 17 Seats). The associated deliverables for Lot 8 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS1,505,000,000
Trailers and Mobile Units, including Health Screening, Events and Mobile Office UnitsTrailers and Mobile Units, including Health Screening, Events and Mobile Office Units. The associated deliverables for Lot 9 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS5,000,000
Conversion of Bespoke and Specialist VehiclesConversion Services for all of the following vehicles: M1 Vehicles (Passenger Cars) N1 Vehicles: (Light Goods Vehicles up to 3.5 tonnes), N2 Vehicles (used for the carriage of goods, having a maximum mass exceeding 3.5 tonnes but not exceeding 12 tonnes), and; N3 Vehicles (Used for the carriage of goods, having a maximum mass exceeding 12 tonnes) Ambulance A&E DCA vehicles Patient transport service vehicles Bluelight conversions Ambulance conversions Other services such as: design, consultancy, livery, electrical, comms welfare vehicles heating, cooling, ventilation utilities and drainage. The associated deliverables for Lot 10 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS115,000,000
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02dc24
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/044065-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Dynamic, Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
50 - Repair and maintenance services
-
- CPV Codes
34100000 - Motor vehicles
34220000 - Trailers, semi-trailers and mobile containers
50117000 - Vehicle conversion and reconditioning services
Notice Value(s)
- Tender Value
- £4,000,000,000 £1B-£10B
- Lots Value
- £4,000,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- £9,521,565,483 £1B-£10B
Notice Dates
- Publication Date
- 30 Jul 20256 months ago
- Submission Deadline
- 4 May 2022Expired
- Future Notice Date
- 3 Jan 2022Expired
- Award Date
- 7 Feb 20233 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CROWN COMMERCIAL SERVICE
- Additional Buyers
THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Contact Name
- Not specified
- Contact Email
- purchasingenquiries@fcdo.gov.uk, supplier@crowncommercial.gov.uk
- Contact Phone
- +44 1908515789, +44 3150103503
Buyer Location
- Locality
- MILTON KEYNES
- Postcode
- MK19 7BH
- Post Town
- Milton Keynes
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ12 Milton Keynes
- Delivery Location
- TLJ12 Milton Keynes
-
- Local Authority
- Milton Keynes
- Electoral Ward
- Newport Pagnell North & Hanslope
- Westminster Constituency
- Milton Keynes North
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02dc24-2025-07-30T08:36:51+01:00",
"date": "2025-07-30T08:36:51+01:00",
"ocid": "ocds-h6vhtk-02dc24",
"description": "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.",
"initiationType": "tender",
"tender": {
"id": "RM6244",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Purchase of Standard and Specialist Vehicles",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
},
"mainProcurementCategory": "goods",
"description": "Crown Commercial Service (CCS) as the Authority intends to 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 will replace 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 is 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. CCS have amended the Estimated total value excluding VAT, and the estimated value excluding VAT in each of the Lots. These changes will be effective from 04/08/2025.",
"value": {
"amount": 4000000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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.",
"status": "cancelled",
"title": "Passenger Cars",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 2700000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Light and Medium Commercial Vehicles up to 7.5 Tonnes",
"description": "Dropside, Fridge Vans, Fridge Box, Platform Cab, Luton, Car Derived Vans and Pickups. The associated deliverables for Lot 2 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS550,000,000",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 500000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3",
"title": "Medium and Heavy Commercial Vehicles including Chassis and Cabs",
"description": "HGVs, Trucks (Box Body, Curtainside, Refrigerated), Flatbed, Chassis and Cab only. The associated deliverables for Lot 3 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS30,000,000",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 50000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "4",
"title": "Bluelight Cars and Motorcycles",
"description": "Emergency Vehicles (Police, Ambulance, Fire & Rescue), Passenger Cars (Saloon, Hatchback, Estate, Coupe, Convertible, SUV's, 4x4's and MPV's), All-Terrain Vehicles, Motorcycles, Scooters and Quad Bikes. The associated deliverables for Lot 4 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS380,000,000",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 500000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "5",
"title": "Bluelight Light and Medium Commercial Vehicles up to 7.5 Tonnes",
"description": "Emergency Vehicles (Police, Ambulance, Fire & Rescue), Vans, Car Derived Vans and Pickups. The associated deliverables for Lot 5 are described within Framework Schedule 1 (Specification) of the Framework Contract Additional information: Value excluding VAT: PS175,000,000",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 75000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "6",
"title": "Refuse Collection and other Waste Management Vehicles",
"description": "Refuse Collection and other Waste Management Vehicles (Rear Loaders, Side Loaders, Front Loaders). The associated deliverables for Lot 6 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS5,000,000",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 40000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "7",
"title": "Minibuses (9 - 17 Seats), including Accessible and Patient Transport",
"description": "Minibuses, including accessible and patient transport. The associated deliverables for Lot 7 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS5,000,000",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 50000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "8",
"title": "Buses and Coaches (over 17 Seats)",
"description": "Buses and Coaches (over 17 Seats). The associated deliverables for Lot 8 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS1,505,000,000",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 50000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "9",
"title": "Trailers and Mobile Units, including Health Screening, Events and Mobile Office Units",
"description": "Trailers and Mobile Units, including Health Screening, Events and Mobile Office Units. The associated deliverables for Lot 9 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS5,000,000",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 20000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "10",
"title": "Conversion of Bespoke and Specialist Vehicles",
"description": "Conversion Services for all of the following vehicles: M1 Vehicles (Passenger Cars) N1 Vehicles: (Light Goods Vehicles up to 3.5 tonnes), N2 Vehicles (used for the carriage of goods, having a maximum mass exceeding 3.5 tonnes but not exceeding 12 tonnes), and; N3 Vehicles (Used for the carriage of goods, having a maximum mass exceeding 12 tonnes) Ambulance A&E DCA vehicles Patient transport service vehicles Bluelight conversions Ambulance conversions Other services such as: design, consultancy, livery, electrical, comms welfare vehicles heating, cooling, ventilation utilities and drainage. The associated deliverables for Lot 10 are described within Framework Schedule 1 (Specification) of the Framework Contract. Additional information: Value excluding VAT: PS115,000,000",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 15000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UKJ12"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34220000",
"description": "Trailers, semi-trailers and mobile containers"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "9"
},
{
"id": "10",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50117000",
"description": "Vehicle conversion and reconditioning services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "10"
}
],
"communication": {
"futureNoticeDate": "2022-01-03T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2022-05-04T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2022-05-04T15:01:00+01:00"
},
"bidOpening": {
"date": "2022-05-04T15:01:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-575",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "supplier@crowncommercial.gov.uk",
"telephone": "+44 3450103503",
"url": "https://crowncommercialservice.bravosolution.co.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.crowncommercial.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Public Procurement"
}
]
},
"additionalContactPoints": [
{
"email": "supplier@crowncommercial.gov.uk"
},
{
"telephone": "+44 3450103503",
"email": "supplier@crowncommercial.gov.uk"
}
]
},
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list",
"identifier": {
"legalName": "See Contracts Finder Notice for full supplier list"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-5899",
"name": "FCDO Services",
"identifier": {
"legalName": "FCDO Services"
},
"address": {
"streetAddress": "Hanslope Park",
"locality": "Milton Keynes",
"region": "UKJ12",
"postalCode": "MK19 7BH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1908515789",
"email": "PurchasingEnquiries@fcdo.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.fcdoservices.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-125327",
"name": "UTAC Special Vehicles UK Ltd",
"identifier": {
"legalName": "UTAC Special Vehicles UK Ltd"
},
"address": {
"streetAddress": "Millbrook",
"locality": "Bedford",
"region": "UKH24",
"postalCode": "MK45 2JQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-11819",
"name": "FCDO Services",
"identifier": {
"legalName": "FCDO Services"
},
"address": {
"locality": "Milton Keynes",
"postalCode": "MK19 7BH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-156045",
"name": "Crown Commercial Service",
"identifier": {
"legalName": "Crown Commercial Service"
},
"address": {
"streetAddress": "The Capital Building, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3150103503",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/ccs"
}
},
{
"id": "GB-FTS-129315",
"name": "See Contracts Finder Notice for full supplier list",
"identifier": {
"legalName": "See Contracts Finder Notice for full supplier list"
},
"address": {
"locality": "Liverpool",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-142928",
"name": "Please refer to Contracts Finder for the full list of successful suppliers",
"identifier": {
"legalName": "Please refer to Contracts Finder for the full list of successful suppliers"
},
"address": {
"locality": "Liverpool",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-156045",
"name": "Crown Commercial Service"
},
"language": "en",
"awards": [
{
"id": "006304-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list"
}
]
},
{
"id": "030934-2024-RM6244 - XLY120/032/24CE-1",
"relatedLots": [
"1"
],
"title": "Provision of Armoured Vehicles and Associated Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-125327",
"name": "UTAC Special Vehicles UK Ltd"
}
]
},
{
"id": "042016-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list"
}
]
},
{
"id": "044065-2025-RM6244-1",
"relatedLots": [
"1"
],
"title": "Purchase of Standard & Specialist Vehicles",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-129315",
"name": "See Contracts Finder Notice for full supplier list"
},
{
"id": "GB-FTS-142928",
"name": "Please refer to Contracts Finder for the full list of successful suppliers"
}
]
}
],
"contracts": [
{
"id": "006304-2023-1",
"awardID": "006304-2023-1",
"status": "active",
"value": {
"amount": 4000000000,
"currency": "GBP"
},
"dateSigned": "2023-02-07T00:00:00Z"
},
{
"id": "030934-2024-RM6244 - XLY120/032/24CE-1",
"awardID": "030934-2024-RM6244 - XLY120/032/24CE-1",
"title": "Provision of Armoured Vehicles and Associated Services",
"status": "active",
"value": {
"amount": 1565483,
"currency": "GBP"
},
"dateSigned": "2024-09-26T00:00:00+01:00"
},
{
"id": "042016-2025-1",
"awardID": "042016-2025-1",
"status": "active",
"value": {
"amount": 5520000000,
"currency": "GBP"
},
"dateSigned": "2023-02-07T00:00:00Z"
},
{
"id": "044065-2025-RM6244-1",
"awardID": "044065-2025-RM6244-1",
"title": "Purchase of Standard & Specialist Vehicles",
"status": "active",
"value": {
"amount": 5520000000,
"currency": "GBP"
},
"dateSigned": "2023-02-07T00:00:00Z",
"period": {
"durationInDays": 1440
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "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 PS4,000,000,000 to PS5,520,000,000. The value of the Framework lots will be amended to: Lot 1: PS2,750,000,000 Lot 2: PS550,000,000 Lot 3: PS30,000,000 Lot 4: PS380,000,000 Lot 5: PS175,000,000 Lot 6: PS5,000,000 Lot 7: PS5,000,000 Lot 8: PS1,505,000,000 Lot 9: PS5,000,000 Lot 10: PS115,000,000 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.",
"rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: 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."
}
]
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 99
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 99
},
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
},
{
"id": "6",
"measure": "bids",
"relatedLot": "1",
"value": 99
},
{
"id": "7",
"measure": "electronicBids",
"relatedLot": "1",
"value": 99
}
]
}
}