Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Purchase of Standard and Specialist Vehicles

  • First published: 28 July 2025
  • Last modified: 28 July 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-02dc24
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
28 July 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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 3150103503

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

Other: Public Procurement

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Purchase of Standard and Specialist Vehicles

Reference number: RM6244

II.1.2) Main CPV code

34100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short 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.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 5 520 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Passenger Cars

II.2.2) Additional CPV code(s)

34100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

requirements):

Passenger Cars (Saloon, Hatchback, Estate, Coupe, Convertible, SUV’s, 4x4’s and MPVs).

The associated deliverables for Lot 1 are described within Framework Schedule 1 (Specification) of the Framework Contract.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

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

Value excluding VAT: £2,750,000,000

Lot No: 2

II.2.1) Title

Light and Medium Commercial Vehicles up to 7.5 Tonnes

II.2.2) Additional CPV code(s)

34100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

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

Value excluding VAT: £550,000,000

Lot No: 3

II.2.1) Title

Medium and Heavy Commercial Vehicles including Chassis and Cabs

II.2.2) Additional CPV code(s)

34100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

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

Value excluding VAT: £30,000,000

Lot No: 4

II.2.1) Title

Bluelight Cars and Motorcycles

II.2.2) Additional CPV code(s)

34100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

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

Value excluding VAT: £380,000,000

Lot No: 5

II.2.1) Title

Bluelight Light and Medium Commercial Vehicles up to 7.5 Tonnes

II.2.2) Additional CPV code(s)

34100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

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

Value excluding VAT: £175,000,000

Lot No: 6

II.2.1) Title

Refuse Collection and other Waste Management Vehicles

II.2.2) Additional CPV code(s)

34100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

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

Value excluding VAT: £5,000,000

Lot No: 7

II.2.1) Title

Minibuses (9 - 17 Seats), including Accessible and Patient Transport

II.2.2) Additional CPV code(s)

34100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Minibuses, including accessible and patient transport.

The associated deliverables for Lot 7 are described within Framework Schedule 1 (Specification) of the Framework Contract.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

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

Value excluding VAT: £5,000,000

Lot No: 8

II.2.1) Title

Buses and Coaches (over 17 Seats)

II.2.2) Additional CPV code(s)

34100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Buses and Coaches (over 17 Seats).

The associated deliverables for Lot 8 are described within Framework Schedule 1 (Specification) of the Framework Contract.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

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

Value excluding VAT: £1,505,000,000

Lot No: 9

II.2.1) Title

Trailers and Mobile Units, including Health Screening, Events and Mobile Office Units

II.2.2) Additional CPV code(s)

34220000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

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

Value excluding VAT: £5,000,000

Lot No: 10

II.2.1) Title

Conversion of Bespoke and Specialist Vehicles

II.2.2) Additional CPV code(s)

50117000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

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

Value excluding VAT: £115,000,000

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:

2021/S 000-021685

IV.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

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

07/02/2023

V.2.2) Information about tenders

Number of tenders received: 99

Number of tenders received by electronic means: 99

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

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

E-mail: supplier@crowncommercial.gov.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: : 5 520 000 000.00  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/ed329648-8070-4338-8d2f-bfb70f78338f

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 7, 13 suppliers were awarded a place as opposed to the number of 12 as was

originally stated in the Contract Notice and For Lot 10, 23 suppliers were awarded a place as opposed to the number of 20 as was originally stated in the Contract Notice that was published on 25/03/2022.

Places Awarded per Lot:

Lot 1 - Passenger Cars : 27

Lot 2 - Light and Medium Commercial Vehicles up to 7.5 Tonnes : 20

Lot 3 - Medium and Heavy Commercial Vehicles including Chassis and Cabs : 9

Lot 4 - Bluelight Cars and Motorcycles : 21

Lot 5 - Bluelight Light and Medium Commercial Vehicles up to 7.5 Tonnes : 13

Lot 6 - Refuse Collection and other Waste Management Vehicles : 10

Lot 7 - Minibuses (up to 17 Seats), including Accessible and Patient Transport : 13

Lot 8 - Buses and Coaches (over 17 Seats) : 14

Lot 9 - Trailers and Mobile Units, including Health Screening, Events and Mobile Office Units) : 8

Lot 10 - Conversion of Bespoke and Specialist Vehicles : 23

This Contract Award Notice replaces the previous CAN issued on the 04/13/2023

https://www.find-tender.service.gov.uk/Notice/006304-2023

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

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 3450103503

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

22/07/2025

Coding

Commodity categories

ID Title Parent category
34100000 Motor vehicles Transport equipment and auxiliary products to transportation
34220000 Trailers, semi-trailers and mobile containers Vehicle bodies, trailers or semi-trailers
50117000 Vehicle conversion and reconditioning services Repair and maintenance services of motor vehicles and associated equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.