Tyres, Glass & Telematics
A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year
- Value
- £356M
- Sector
- TRANSPORT
- Published
- 04 Feb 2025
- Delivery
- To 12 Feb 2029 (est.)
- Deadline
- 05 Mar 2025 15:00
Concepts
Location
United Kingdom:
1 buyer
Description
Crown Commercial Service, as the Authority, intends to 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.
Lot Division
1 | Supply and Fit of Tyres and Associated Products and Services for Blue Light (emergency services) Buyers
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. Additional information: Lot 1 is a single supplier Lot. A framework contract will be awarded to a maximum of 1 bidder for Lot 1. Award Criteria
| ||||
3 | Supply, Fit and Repair of Glass and Associated Products and Services
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. Additional information: A framework contract will be awarded to a maximum of 8 bidders for Lot 3. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot. Award Criteria
| ||||
4 | Supply of Vehicle Telematics Hardware, Software and Associated Products
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. Additional information: A framework contract will be awarded to a maximum of 8 bidders for Lot 3. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot. Award Criteria
| ||||
4 | Supply, Fit and Management of Tyres and Associated Products and Services
This is a multi Supplier Lot and Suppliers appointed to this lot will 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. Additional information: A framework contract will be awarded to a maximum of 25 bidders for Lot 2. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position for the lot. Additionally, CCS reserves the right to award to any bidder whose final score is within 1% of the last position of the lot. Award Criteria
|
Renewal Options
The initial duration of the Framework is 36 months, with an option to extend for 12 months
CPV Codes
- 50111100 - Vehicle-fleet management services
- 50116500 - Tyre repair services, including fitting and balancing
- 50112120 - Windscreen replacement services
- 32441300 - Telematics system
Indicators
- Restrictions apply to the lot award allocation.
- This is a one-off contract (no recurrence)
- Renewals are available.
- Professional qualifications are sought.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** II.1.3) Type of contract is also Products for all Lots As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/7b758687-8340-4698-ba4e-9779d0... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position for Lot 2, Lot 3, and Lot 4 only. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Reference
- ocds-h6vhtk-04d509
- FTS 003598-2025