Notice Information
Notice Title
Vehicle Lease, Fleet Management & Salary Sacrifice
Notice Description
Crown Commercial Service (CCS) as the Authority has put in place a pan Government framework agreement for the provision of vehicle lease, fleet management and vehicle salary sacrifice car schemes 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. This framework agreement has replaced the previous CCS agreement Vehicle Lease, Fleet Management and Flexible Rental Solutions Framework RM6096. The scope of the framework covers the provision of lease vehicles up to 3.5 tonnes; the lease of specialist, commercial and municipal vehicles up to and including 7.5 tonnes (and over 7.5 tonnes); and the provision of independent fleet management services and salary sacrifice vehicle car schemes in the United Kingdom of Great Britain and Northern Ireland (UK).
Lot Information
Lease of vehicles up to 3.5 tonnes
This lot provides the lease of passenger and light commercial vehicles up to 3.5 tonnes, including related lease management services and other associated services. Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot although this is not a mandatory requirement. The deliverables for Lot 1 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract has been awarded to 17 suppliers.
Lease of specialist, commercial and municipal vehicles up but not including 7.5 tonnesThis lot provides the lease of specialist, commercial and municipal vehicles up to and including 7.5 tonnes including related lease management services and other associated services. Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot, although this is not a mandatory requirement. The deliverables for Lot 2a are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract has been awarded to 13 suppliers.
Lease of specialist, commercial and municipal vehicles 7.5 tonnes and overThis lot provides the lease of specialist, commercial and municipal vehicles over 7.5 tonnes including related lease management services and other associated services. Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot, although this is not a mandatory requirement. The deliverables for Lot 2b are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract will be awarded to 6 suppliers.
Independent fleet management servicesThis lot provides independent fleet management services for passenger and commercial vehicles including, but not limited to, the sourcing of purchased vehicles from RM6060 (or the new agreement RM6244) and leased vehicles from Lots 1, 2a and 2b of this agreement. Suppliers are not permitted to fund vehicles themselves. Suppliers on this lot will offer: i) a managed service to the Buyer, with sole responsibility for providing Fleet Management services for the Buyer's fleet. Suppliers will provide vehicles on contract hire (or other funding arrangements) ii) a fully inclusive, end to end fleet management service which is not connected to a leasing contract. The deliverables for Lot 3 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract has been awarded to 10 suppliers.
Salary sacrifice car schemesThis lot provides salary sacrifice car schemes that are tailored to meet the Buyer's organisational needs and promote the uptake of ultra low and zero emission vehicles to eligible employees. Suppliers on this lot will implement, manage and market the Buyer's scheme and support the Buyer to meet their organisational policy and environmental commitments as well as their obligations under the Government's Road to Zero targets. The deliverables for Lot 4 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract has been awarded to 12 suppliers.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02faad
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006676-2023
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- 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
09 - Petroleum products, fuel, electricity and other sources of energy
31 - Electrical machinery, apparatus, equipment and consumables; lighting
34 - Transport equipment and auxiliary products to transportation
50 - Repair and maintenance services
-
- CPV Codes
09000000 - Petroleum products, fuel, electricity and other sources of energy
31158000 - Chargers
31158100 - Battery chargers
31610000 - Electrical equipment for engines and vehicles
34100000 - Motor vehicles
34144900 - Electric vehicles
34200000 - Vehicle bodies, trailers or semi-trailers
50111000 - Fleet management, repair and maintenance services
50117100 - Motor vehicle conversion services
50118100 - Breakdown and recovery services for cars
50118200 - Breakdown and recovery services for commercial vehicles
50118300 - Breakdown and recovery services for buses
50118400 - Breakdown and recovery services for motor vehicles
50118500 - Breakdown and recovery services for motorcycles
Notice Value(s)
- Tender Value
- £2,342,500,000 £1B-£10B
- Lots Value
- £2,342,500,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- £2,000,000,000 £1B-£10B
Notice Dates
- Publication Date
- 8 Mar 20232 years ago
- Submission Deadline
- 5 Sep 2022Expired
- Future Notice Date
- 31 May 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
- The Minister for the Cabinet Office acting through Crown Commercial Service
- Contact Email
- rm6268@crowncommercial.gov.uk, supplier@crowncommercial.gov.uk
- Contact Phone
- +44 3150103503, +44 3450103503
Buyer Location
- Locality
- LIVERPOOL
- Postcode
- L3 9PP
- Post Town
- Liverpool
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- Not specified
-
- Local Authority
- Liverpool
- Electoral Ward
- City Centre North
- Westminster Constituency
- Liverpool Riverside
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-02faad-2023-03-08T07:50:08Z",
"date": "2023-03-08T07:50:08Z",
"ocid": "ocds-h6vhtk-02faad",
"description": "The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement. As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/c355c5cf-f467-45b3-a63f-74a072f629a1 1) Redacted Commercial Agreement 2) List of Successful Suppliers 3) Approved Customer list 4) Transparency Agenda On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot 2a, 13 suppliers were awarded a place as opposed to the number of 10 as was originally stated in the Contract Notice and For Lot 4, 12 suppliers were awarded a place as opposed to the number of 8 as was originally stated in the Contract Notice that was published on 25/07/2022. Places Awarded per Lot: Lot 1 - Lease of vehicles up to 3.5 tonnes : 17 Lot 2a - Lease of specialist, commercial and municipal vehicles up but not including 7.5 tonnes : 13 Lot 2b - Lease of specialist, commercial and municipal vehicles 7.5 tonnes and over : 6 Lot 3 - Independent fleet management services : 10 Lot 4 - Salary sacrifice car schemes : 12",
"initiationType": "tender",
"tender": {
"id": "RM6268",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Vehicle Lease, Fleet Management & Salary Sacrifice",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
},
"mainProcurementCategory": "goods",
"description": "Crown Commercial Service (CCS) as the Authority has put in place a pan Government framework agreement for the provision of vehicle lease, fleet management and vehicle salary sacrifice car schemes 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. This framework agreement has replaced the previous CCS agreement Vehicle Lease, Fleet Management and Flexible Rental Solutions Framework RM6096. The scope of the framework covers the provision of lease vehicles up to 3.5 tonnes; the lease of specialist, commercial and municipal vehicles up to and including 7.5 tonnes (and over 7.5 tonnes); and the provision of independent fleet management services and salary sacrifice vehicle car schemes in the United Kingdom of Great Britain and Northern Ireland (UK).",
"value": {
"amount": 2342500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This lot provides the lease of passenger and light commercial vehicles up to 3.5 tonnes, including related lease management services and other associated services. Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot although this is not a mandatory requirement. The deliverables for Lot 1 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract has been awarded to 17 suppliers.",
"status": "cancelled",
"title": "Lease of vehicles up to 3.5 tonnes",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 2000000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2a",
"title": "Lease of specialist, commercial and municipal vehicles up but not including 7.5 tonnes",
"description": "This lot provides the lease of specialist, commercial and municipal vehicles up to and including 7.5 tonnes including related lease management services and other associated services. Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot, although this is not a mandatory requirement. The deliverables for Lot 2a are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract has been awarded to 13 suppliers.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 250000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2b",
"title": "Lease of specialist, commercial and municipal vehicles 7.5 tonnes and over",
"description": "This lot provides the lease of specialist, commercial and municipal vehicles over 7.5 tonnes including related lease management services and other associated services. Suppliers on this lot will provide leased vehicles on an ad hoc basis or for a fixed term as specified by individual Buyers. Suppliers may choose to provide fleet management services under this lot, although this is not a mandatory requirement. The deliverables for Lot 2b are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract will be awarded to 6 suppliers.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 50000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3",
"title": "Independent fleet management services",
"description": "This lot provides independent fleet management services for passenger and commercial vehicles including, but not limited to, the sourcing of purchased vehicles from RM6060 (or the new agreement RM6244) and leased vehicles from Lots 1, 2a and 2b of this agreement. Suppliers are not permitted to fund vehicles themselves. Suppliers on this lot will offer: i) a managed service to the Buyer, with sole responsibility for providing Fleet Management services for the Buyer's fleet. Suppliers will provide vehicles on contract hire (or other funding arrangements) ii) a fully inclusive, end to end fleet management service which is not connected to a leasing contract. The deliverables for Lot 3 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract has been awarded to 10 suppliers.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 40000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "4",
"title": "Salary sacrifice car schemes",
"description": "This lot provides salary sacrifice car schemes that are tailored to meet the Buyer's organisational needs and promote the uptake of ultra low and zero emission vehicles to eligible employees. Suppliers on this lot will implement, manage and market the Buyer's scheme and support the Buyer to meet their organisational policy and environmental commitments as well as their obligations under the Government's Road to Zero targets. The deliverables for Lot 4 are described within Attachment 1a - Framework Schedule 1 (Specification) of the bid pack. Additional information: A framework contract has been awarded to 12 suppliers.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 2500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09000000",
"description": "Petroleum products, fuel, electricity and other sources of energy"
},
{
"scheme": "CPV",
"id": "31158000",
"description": "Chargers"
},
{
"scheme": "CPV",
"id": "31158100",
"description": "Battery chargers"
},
{
"scheme": "CPV",
"id": "31610000",
"description": "Electrical equipment for engines and vehicles"
},
{
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
},
{
"scheme": "CPV",
"id": "34144900",
"description": "Electric vehicles"
},
{
"scheme": "CPV",
"id": "34200000",
"description": "Vehicle bodies, trailers or semi-trailers"
},
{
"scheme": "CPV",
"id": "50111000",
"description": "Fleet management, repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50117100",
"description": "Motor vehicle conversion services"
},
{
"scheme": "CPV",
"id": "50118100",
"description": "Breakdown and recovery services for cars"
},
{
"scheme": "CPV",
"id": "50118200",
"description": "Breakdown and recovery services for commercial vehicles"
},
{
"scheme": "CPV",
"id": "50118300",
"description": "Breakdown and recovery services for buses"
},
{
"scheme": "CPV",
"id": "50118400",
"description": "Breakdown and recovery services for motor vehicles"
},
{
"scheme": "CPV",
"id": "50118500",
"description": "Breakdown and recovery services for motorcycles"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2a",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09000000",
"description": "Petroleum products, fuel, electricity and other sources of energy"
},
{
"scheme": "CPV",
"id": "31158000",
"description": "Chargers"
},
{
"scheme": "CPV",
"id": "31158100",
"description": "Battery chargers"
},
{
"scheme": "CPV",
"id": "31610000",
"description": "Electrical equipment for engines and vehicles"
},
{
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
},
{
"scheme": "CPV",
"id": "34144900",
"description": "Electric vehicles"
},
{
"scheme": "CPV",
"id": "34200000",
"description": "Vehicle bodies, trailers or semi-trailers"
},
{
"scheme": "CPV",
"id": "50111000",
"description": "Fleet management, repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50117100",
"description": "Motor vehicle conversion services"
},
{
"scheme": "CPV",
"id": "50118100",
"description": "Breakdown and recovery services for cars"
},
{
"scheme": "CPV",
"id": "50118200",
"description": "Breakdown and recovery services for commercial vehicles"
},
{
"scheme": "CPV",
"id": "50118300",
"description": "Breakdown and recovery services for buses"
},
{
"scheme": "CPV",
"id": "50118400",
"description": "Breakdown and recovery services for motor vehicles"
},
{
"scheme": "CPV",
"id": "50118500",
"description": "Breakdown and recovery services for motorcycles"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "2a"
},
{
"id": "2b",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09000000",
"description": "Petroleum products, fuel, electricity and other sources of energy"
},
{
"scheme": "CPV",
"id": "31158000",
"description": "Chargers"
},
{
"scheme": "CPV",
"id": "31158100",
"description": "Battery chargers"
},
{
"scheme": "CPV",
"id": "31610000",
"description": "Electrical equipment for engines and vehicles"
},
{
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
},
{
"scheme": "CPV",
"id": "34144900",
"description": "Electric vehicles"
},
{
"scheme": "CPV",
"id": "34200000",
"description": "Vehicle bodies, trailers or semi-trailers"
},
{
"scheme": "CPV",
"id": "50111000",
"description": "Fleet management, repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50117100",
"description": "Motor vehicle conversion services"
},
{
"scheme": "CPV",
"id": "50118100",
"description": "Breakdown and recovery services for cars"
},
{
"scheme": "CPV",
"id": "50118200",
"description": "Breakdown and recovery services for commercial vehicles"
},
{
"scheme": "CPV",
"id": "50118300",
"description": "Breakdown and recovery services for buses"
},
{
"scheme": "CPV",
"id": "50118400",
"description": "Breakdown and recovery services for motor vehicles"
},
{
"scheme": "CPV",
"id": "50118500",
"description": "Breakdown and recovery services for motorcycles"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "2b"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09000000",
"description": "Petroleum products, fuel, electricity and other sources of energy"
},
{
"scheme": "CPV",
"id": "31158000",
"description": "Chargers"
},
{
"scheme": "CPV",
"id": "31158100",
"description": "Battery chargers"
},
{
"scheme": "CPV",
"id": "31610000",
"description": "Electrical equipment for engines and vehicles"
},
{
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
},
{
"scheme": "CPV",
"id": "34144900",
"description": "Electric vehicles"
},
{
"scheme": "CPV",
"id": "34200000",
"description": "Vehicle bodies, trailers or semi-trailers"
},
{
"scheme": "CPV",
"id": "50111000",
"description": "Fleet management, repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50117100",
"description": "Motor vehicle conversion services"
},
{
"scheme": "CPV",
"id": "50118100",
"description": "Breakdown and recovery services for cars"
},
{
"scheme": "CPV",
"id": "50118200",
"description": "Breakdown and recovery services for commercial vehicles"
},
{
"scheme": "CPV",
"id": "50118300",
"description": "Breakdown and recovery services for buses"
},
{
"scheme": "CPV",
"id": "50118400",
"description": "Breakdown and recovery services for motor vehicles"
},
{
"scheme": "CPV",
"id": "50118500",
"description": "Breakdown and recovery services for motorcycles"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09000000",
"description": "Petroleum products, fuel, electricity and other sources of energy"
},
{
"scheme": "CPV",
"id": "31158000",
"description": "Chargers"
},
{
"scheme": "CPV",
"id": "31158100",
"description": "Battery chargers"
},
{
"scheme": "CPV",
"id": "31610000",
"description": "Electrical equipment for engines and vehicles"
},
{
"scheme": "CPV",
"id": "34100000",
"description": "Motor vehicles"
},
{
"scheme": "CPV",
"id": "34144900",
"description": "Electric vehicles"
},
{
"scheme": "CPV",
"id": "34200000",
"description": "Vehicle bodies, trailers or semi-trailers"
},
{
"scheme": "CPV",
"id": "50111000",
"description": "Fleet management, repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50117100",
"description": "Motor vehicle conversion services"
},
{
"scheme": "CPV",
"id": "50118100",
"description": "Breakdown and recovery services for cars"
},
{
"scheme": "CPV",
"id": "50118200",
"description": "Breakdown and recovery services for commercial vehicles"
},
{
"scheme": "CPV",
"id": "50118300",
"description": "Breakdown and recovery services for buses"
},
{
"scheme": "CPV",
"id": "50118400",
"description": "Breakdown and recovery services for motor vehicles"
},
{
"scheme": "CPV",
"id": "50118500",
"description": "Breakdown and recovery services for motorcycles"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "4"
}
],
"communication": {
"futureNoticeDate": "2022-06-01T00:00:00+01:00",
"atypicalToolUrl": "https://crowncommercialservice.bravosolution.co.uk"
},
"coveredBy": [
"GPA"
],
"lotDetails": {
"maximumLotsAwardedPerSupplier": 4,
"awardCriteriaDetails": "Bidders may bid for multiple lots. However, if successful, Bidders will only be awarded a Framework Contract on individual lots, OR a combination of lots as set out below. Bidders can be awarded a Framework Contract for: * Any combination of Lots 1-2; and Lot 4 OR * Lot 3 and Lot 4"
},
"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": "2022-09-05T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2022-09-05T12:01:00+01:00"
},
"bidOpening": {
"date": "2022-09-05T12:01:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-35980",
"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",
"id": "9th floor"
},
"address": {
"streetAddress": "The Capital Building, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3150103503",
"email": "RM6268@crowncommercial.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/ccs",
"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"
}
]
}
},
{
"id": "GB-FTS-3766",
"name": "Crown Commercial Service",
"identifier": {
"legalName": "Crown Commercial Service"
},
"address": {
"streetAddress": "The Capital Building, Old Hall Street",
"locality": "Liverpool",
"region": "UKC",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"telephone": "+44 3450103503",
"email": "supplier@crowncommercial.gov.uk",
"url": "https://crowncommercialservice.bravosolution.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.gov.uk/ccs",
"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-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",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3450103503",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"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"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-3766",
"name": "Crown Commercial Service"
},
"language": "en",
"awards": [
{
"id": "006676-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-38566",
"name": "See Contracts Finder Notice for full supplier list"
}
]
}
],
"contracts": [
{
"id": "006676-2023-1",
"awardID": "006676-2023-1",
"status": "active",
"value": {
"amount": 2000000000,
"currency": "GBP"
},
"dateSigned": "2023-02-07T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 41
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 41
}
]
}
}