Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Tyres, Glass & Telematics
Reference number: RM6353
II.1.2) Main CPV code
50111100
II.1.3) Type of contract
Services
II.1.4) Short description
Crown Commercial Service, as the Authority, has put in place an agreement for the provision of Tyres, Glass and Telematics for use by the UK Central Government and Wider Public Sector organisations. These bodies include, but are not limited to, Central Government departments and their agencies, non departmental public bodies, devolved administrations, NHS bodies, local authorities, police, voluntary sector, charities and private sector organisations procuring on behalf of these bodies.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
355 650 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Supply and Fit of Tyres and Associated Products and Services for Blue Light (emergency services) Buyers
II.2.2) Additional CPV code(s)
50116500
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This is a single supplier lot, for UK nationwide coverage for the supply, fit and management of tyres and associated products and services to individual Blue Light Buyers. The Supplier is required to supply a full range of premium brand, commercially available tyres (including homologated tyres) required by Blue Light Buyers, as well as associated products and services such as the maintenance and replacement of tyre valves.
The Supplier will offer a range of fitting services to suit the Buyer’s requirements including at their own network of depots, mobile fitting and a 24/7 emergency call out service.
The Supplier may offer additional ancillary products and services which will be provided as a non-core item catalogue including but not limited to items such as wiper blades, bulbs and vehicle servicing.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot 1 is a single supplier Lot.
A framework contract has been awarded to a maximum of 1 bidder for Lot 1
Lot No: 2
II.2.1) Title
Supply, Fit and Management of Tyres and Associated Products and Services.
II.2.2) Additional CPV code(s)
50116500
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This is a multi Supplier Lot and Suppliers appointed to this lot need to supply, fit, repair and provide management of tyres and associated products
and services on a regional or national basis. Suppliers appointed are required to supply a range of commercially available tyres required by Public Sector Buyers.
Suppliers may offer tyre management solutions to the Buyer on a contracted or non-contracted basis. This may include, but is not limited to Pay As You Go Contracts and Fixed Cost Contracts (for example Pence per Kilometre (PPK) or Pence per Vehicle (PPV).
Suppliers may offer additional ancillary products and services which will be provided as a non-core item catalogue including but not limited to items such as wiper blades, bulbs and vehicle servicing.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
A framework contract has been awarded to 14 bidders for Lot 2.
Lot No: 3
II.2.1) Title
Supply, Fit and Repair of Glass and Associated Products and Services
II.2.2) Additional CPV code(s)
50112120
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This is a multi Supplier Lot and Suppliers appointed to this lot will need to supply, fit and repair glass and provide associated services and products on a regional or national basis. For the avoidance of doubt, this may include any glass product which can be fitted to a vehicle, including but not limited to windscreens, rear windscreens, and side windows. Suppliers may also supply complementary services including, but not limited to, minor bodywork repairs.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
A framework contract has been awarded to 4 bidders for Lot 3.
Lot No: 4
II.2.1) Title
Supply of Vehicle Telematics Hardware, Software and Associated Products
II.2.2) Additional CPV code(s)
32441300
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This is a multi Supplier Lot and Suppliers on this lot will need to provide vehicle telematics hardware and software solutions for lease, hire or outright purchase. Suppliers may offer supply only and supply and fit solutions which may include the provision of products and services.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
A framework contract has been awarded to 27 bidders on lot 4.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-003598
Section V: Award of contract
Lot No: 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
27/06/2025
V.2.2) Information about tenders
Number of tenders received: 66
Number of tenders received from SMEs: 31
Number of tenders received by electronic means: 66
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
Liverpool
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 355 650 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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/0513dd5d-85eb-4f66-b268-a19bc74bc2f7
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.
VI.4) Procedures for review
VI.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
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
VI.4.2) Body responsible for mediation procedures
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
VI.5) Date of dispatch of this notice
05/08/2025