The Procurement Partnership Ltd: Hertfordshire County Council & TPPL Vehicle Purchase Framework

  The Procurement Partnership Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Hertfordshire County Council & TPPL Vehicle Purchase Framework
Notice type: Contract Notice
Authority: The Procurement Partnership Ltd
Nature of contract: Supplies
Procedure: Open
Short Description: Hertfordshire County Council invites tenders for organisations to participate in a 48 month Agreement for the supply of vehicles and ancillary goods/services . The range and types of Vehicles to be supplied are detailed in the procurement documents, and under each lot detailed on this notice. The Agreement will be used by the Council, and the Council intends to make the agreement available for all Contracting Authorities throughout all administrative regions of the UK (as defined by PCR15). This includes but is not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities. A list of definable groups that may access the framework is provided in VI.3.
Published: 16/12/2022 14:06

View Full Notice

UK-Hertford: Motor vehicles.
Section I: Contracting Authority
      I.1) Name and addresses
             Hertfordshire County Council
             County Hall, Pegs Lane, Hertford, SG13 8BQ, United Kingdom
             Tel. +44 1954250517, Email: tenders@tppl.co.uk
             Main Address: http://www.hertfordshire.gov.uk, Address of the buyer profile: http://www.supplyhertfordshire.uk/
             NUTS Code: UKH23
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Hertford:-Motor-vehicles./FRF6AMPSBJ
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Hertford:-Motor-vehicles./FRF6AMPSBJ to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Hertfordshire County Council & TPPL Vehicle Purchase Framework       
      Reference Number: TPPLHCCOP03
      II.1.2) Main CPV Code:
      34100000 - Motor vehicles.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: Hertfordshire County Council invites tenders for organisations to participate in a 48 month Agreement for the supply of vehicles and ancillary goods/services . The range and types of Vehicles to be supplied are detailed in the procurement documents, and under each lot detailed on this notice.

The Agreement will be used by the Council, and the Council intends to make the agreement available for all Contracting Authorities throughout all administrative regions of the UK (as defined by PCR15). This includes but is not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities.

A list of definable groups that may access the framework is provided in VI.3.       
      II.1.5) Estimated total value:
      Value excluding VAT: 325,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Passenger cars       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      34110000 - Passenger cars.
      34300000 - Parts and accessories for vehicles and their engines.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Supply of passenger cars of all types and body styles including Petrol, Diesel, Hybrid, Electric, LPG (Liquid Petroleum Gas, Hydrogen & all Biofuel mixtures).

The Lot includes the option to supply pre-registered, ex-demonstration, and used (with manufacturer warranty) vehicles. Spare parts and maintenance contract services may also be required. However, unless expressly specified by a member during a call-off process, vehicles supplied under this lot must be new.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/FRF6AMPSBJ       
II.2) Description Lot No. 2
      
      II.2.1) Title: Light commercial vehicles up to 5t       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      34130000 - Motor vehicles for the transport of goods.
      34136000 - Vans.
      34136100 - Light vans.
      34136200 - Panel vans.
      34300000 - Parts and accessories for vehicles and their engines.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Supply of light commercial vehicles (LCVs) up to 5t including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen and Biofuels. The Lot also covers Vehicles purchased with body conversions including but not limited to Tippers, Drop-side, Luton, Flat, Curtain-side, Recycling, Aerial Platform, Jetters, Cranes, Street Lighting and any other body type an Eligible Body may require.

The Lot includes the option to supply pre-registered, ex-demonstration, and used (with manufacturer warranty) vehicles. Spare parts and maintenance contract services may also be required. However, unless expressly specified by a member during a call-off process, vehicles supplied under this lot must be new.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 155,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Medium commercial vehicles up to 12.5t       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      34130000 - Motor vehicles for the transport of goods.
      34136000 - Vans.
      34300000 - Parts and accessories for vehicles and their engines.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Supply of medium commercial vehicles (MCVs) from 5t up to 12.5t including Diesel, Petrol, Hybrid, Electric, LPG, Hydrogen and Biofuels. The Lot also covers Vehicles purchased with body conversions including but not limited to Tippers, Drop-side, Luton, Flat, Curtain-side, Recycling, Aerial Platform, Jetters, Cranes, Street Lighting and any other body type an Eligible Body may require. MCVs are typically considered to be in the weight bracket of between 5t to 12.5t.

The Lot includes the option to supply pre-registered, ex-demonstration, and used (with manufacturer warranty) vehicles. Spare parts and maintenance contract services may also be required. However, unless expressly specified by a member during a call-off process, vehicles supplied under this lot must be new.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 35,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Pedestrian, compact and chassis mounted road sweepers up to 12.5t       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      34921100 - Road sweepers.
      34300000 - Parts and accessories for vehicles and their engines.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Supply of pedestrian, compact and chassis mounted road sweepers, graffiti van conversions, and other street cleaning vehicles up to 12.5t. To include all fuel types, e.g. Petrol, Diesel, Hybrid, Electric, LPG (Liquid Petroleum Gas, Hydrogen & all Bio Fuel mixtures).

The Lot includes the option to supply pre-registered, ex-demonstration, and used (with manufacturer warranty) vehicles. Spare parts and maintenance contract services may also be required. However, unless expressly specified by a member during a call-off process, vehicles supplied under this lot must be new.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 25,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Vehicle repowering and refurbishment       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      34310000 - Engines and engine parts.
      50117000 - Vehicle conversion and reconditioning services.
      51140000 - Installation services of engines.
      34300000 - Parts and accessories for vehicles and their engines.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Supply of Vehicle repowering and refurbishment. Includes range-extending solutions. This Lot is for the supply and fit of electric, hydrogen, or other alternatively powered drivetrain conversion solutions. These activities may be to repower existing internal combustion engine vehicles, or glider chassis. The Lot may also be used for the refurbishment of vehicles, as part of the repowering works, but also as a standalone refurbishment (excluding any repowering) of vehicles.

Types of vehicles to be repowered or refurbished, includes but is not limited to, all HGVs (of any weight and chassis), passenger cars, light and medium commercial vehicles (to 12.5t) and buses (from 5 – 75 seats) including accessible and non-accessible, articulated and double decked. Services expected to be provided includes but is not limited to, design, conversion, warranty, servicing, maintenance, and training.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 35,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: Vehicle racking and van conversions       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      50117100 - Motor vehicle conversion services.
      34300000 - Parts and accessories for vehicles and their engines.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Supply of Vehicle racking and van conversions (including chassis cabs) to include ply lining, full racking conversions, all ancillary electrical, tow bars, roof pipes, ladders, invertors, tipping bodies, and any other equipment that an Eligible Body may need in the conversion of vans and chassis cabs. This Lot includes the option to supply vehicle livery when specified by the Eligible Body.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 25,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: Telematics equipment       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      32441300 - Telematics system.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Supply (and installation when specified) of telematics equipment and hardware. Contracts might include activation of proprietary OEM systems. Hardware can include dashcams and other similar equipment. Equipment supplied to be supported (when specified by member) with back-office systems/software, including on a subscription basis, for management of the equipment and if required for ancillary purposes such as EV suitability analysis. The member can specify whether equipment is to be hardwired into the vehicle loom or plugged into an available ODBM port.

Outputs from telematic equipment to include mapping, vehicle data reporting, fuel analysis, tracking equipment and can include installation and provision of maintenance contracts if required by an Eligible Body.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 8
      
      II.2.1) Title: Electric vehicle charging infrastructure       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      31158000 - Chargers.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Supply of electric vehicle charging infrastructure, including charging infrastructure for any vehicle and body type required. Contracts may include site surveys, installation, ongoing support/maintenance (of the charging points and associated equipment), site safety works (e.g. markings, signage, equipment), technical consultancy/guidance, dynamic load management, provision of emergency back-up solutions, back-office software, and behind the meter production and storage options. EV charging infrastructure may be provided by suppliers on a ‘fully managed’ basis, i.e. the supplier provides the necessary infrastructure on a full turnkey basis.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 9
      
      II.2.1) Title: Micromobility       
      Lot No: 9       
      II.2.2) Additional CPV codes:
      34420000 - Motor scooters and cycles with auxiliary motors.
      CB10-1 - Electrically powered
      34400000 - Motorcycles, bicycles and sidecars.
      CB10-1 - Electrically powered
      34144900 - Electric vehicles.
      34430000 - Bicycles.
      CB10-1 - Electrically powered
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Supply of micromobility/last mile equipment and vehicles. Including, but not limited to all types and varieties of e-Scooters, e-Bikes (e.g. electrically assisted pedal cycles, cargo bikes etc.), driverless/autonomous pods, electric scooters (motor bikes), and fuel cell cargo pedelecs.

Micromobility solutions tendered for by members under this framework will include for deployment of supporting software systems, and charging infrastructure required to support schemes on a full turnkey concession basis.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 130           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the 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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 23/01/2023 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 23/01/2023
         Time: 12:05
         Place:
         TPPL Offices
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 48 months from publication of this contract notice.
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Council intends to make the resulting agreement available for use by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services. Please see the following websites for further detail of these definable groups:

http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
https://gov.wales/find-your-local-authority
http://www.nidirect.gov.uk/local-councils-in-northern-ireland
http://www.cosla.gov.uk/councils
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
https://www.housingregulator.gov.scot/landlord-performance/landlords)
https://gov.wales/registered-social-landlords
https://www.nidirect.gov.uk/contacts/housing-associations
https://www.gov.uk/government/organisations/department-for-education
https://www.aoc.co.uk/about/list-of-colleges-in-the-uk
https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies
http://www.schoolswebdirectory.co.uk/localauthorities.php
https://www.gov.uk/find-school-in-england
https://education.gov.scot/ParentZone
https://gov.wales/address-list-schools
http://apps.education-ni.gov.uk/appinstitutes/default.aspx
https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
https://www.specialistinfo.com/trust_find.php?r=SC&s=3&l=0
https://www.nhsinform.scot/scotlands-service-directory
http://www.wales.nhs.uk/nhswalesaboutus/structure
https://aace.org.uk/uk-ambulance-service/
http://www.scottishambulance.com/TheService/organised.aspx
https://www.nidirect.gov.uk/contacts/health-and-social-care-trusts
https://www.gov.uk/government/organisations
http://www.northernireland.gov.uk/gov.htm
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
https://www.police.uk/pu/contact-the-police/uk-police-forces/)
https://www.police.uk/pu/your-area/police-service-of-northern-ireland/
http://www.scotland.police.uk/
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
http://www.fireservice.co.uk/information/ukfrs
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
https://www.nifrs.org/contact-us/
http://www.firescotland.gov.uk/your-area.aspx
http://www.oscr.org.uk/
http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx
https://www.gov.uk/government/organisations/national-probation-service/about#divisional-areas
https://communityleisureuk.org/members/


The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/. Members of the TPPL buying club can only be public sector organisations and their wholly owned subsidiaries who classify as a contracting authority.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Hertford:-Motor-vehicles./FRF6AMPSBJ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/FRF6AMPSBJ
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court
       Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             N/A
          N/A, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The contracting authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the Framework Agreement before it is executed/signed (as appropriate).

The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Framework Agreement has been entered into the court has the options to award damages and/or to shorten or order the Framework Agreement ineffective.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          N/A
       N/A, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 16/12/2022

Annex A


View any Notice Addenda

View Award Notice