215_24 Specialist Vehicles (outright purchase)

Award

Description

A national framework for the outright purchase of a wide range of specialist vehicles. The framework is intended to meet the requirements of local authorities and other eligible public sector organisations.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Procurement of vehicles (Pickup Trucks and Minibuses)

Partnership Fund for a Resilient Ukraine Phase 2 (PFRU-2) is a multi-year, multi-donor-funded programme managed by the UK's Foreign, Commonwealth and Development Office. As part of its project activities, PFRU-2 is seeking an organization to supply the vehicles (Pickup Trucks and Minibuses). Please note the following important tender provisions: • the deadline for submitting proposals is November 27, 2025, at 15:00 Kyiv time; • all questions regarding the tender conditions must be submitted no later than November 17, 2025, at 18:00 Kyiv time; • Price proposals must be submitted either in Ukrainian or English; • All tender-related communication must be conducted exclusively in writing via email at [email protected]; • The PFRU-2 project is exempt from taxes, fees, and VAT in the partner country. Therefore, PFRU-2 will make payments for services excluding VAT; • Email for submitting proposals: [email protected]; • When sending proposals or inquiries via email, it is mandatory to include the tender number PFRU2-2025-167 in the email subject line. Proposal Submission Instructions: ITT_PFRU2-2025-167 - review the tender conditions; Volume 3_Terms of Reference - complete the document; sign the original scan/convert to PDF and sign electronically; submit the completed Excel file and the signed document as part of the proposal. Annex 1 - complete either the English or Ukrainian version; sign the original; scan/convert to PDF and sign electronically and include it in the proposal submission. Registration documents that follow the laws of your country must be part of the proposal.

Open

P20 Rail Plant - Costain HRS02 Tunnel and Lineside M&E

Scope/ What Will Be Required Costain have been appointed to deliver contract HRS02, the Tunnel and Lineside Mechanical and Electrical services for HS2 ltd. A high-speed railway project that connects London to Birmingham with plans to extend in the future. Package P20 Rail Plant scope associated with contract HRS02 consists of supply, maintenance and operation of rail plant required to complete the works, inclusive (but not limited to) of the follow types of on-track plant: -Rail-road vehicles (RRVs) -Trailers -Flatbeds -Locomotives -Wagons -Welfare units And operatives for the above such as: -Rail Plant Operatives (Drivers, Shunters, etc) -Specialist plant maintainers -Logistics controllers Costain require a supplier to support the design and pre-construction period to ensure the plant provided enables the works efficiently, delivers programme security and co-ordinates with the wider project logistics strategy. Costain and HS2 are looking for innovative and smart solutions that provide benefits in the following key areas: -Health and Safety -Programme - Installation and Commissioning activities -Cost -Quality and Assurance Efficiency -Whole Life Cost -Carbon Efficiency Full details of the scope and specifications will be provided to the successfully shortlisted suppliers. Suppliers should be aware of the scale of the HS2 project and are to assess their internal capabilities to able to carry out the intended scope of works prior to completing the expression of interest.

Open

Provision of Dry Mixed Recycling Services and Haulage

South Oxfordshire District Council and Vale of White Horse District Council (the Councils) as second tier Waste Collection Authorities operate a shared household waste and recycling collection service. This is currently contracted out to a waste collection company whose material sorting arm accepts the Dry Mixed Recycling (DMR) material at its Material Recovery Facility (MRF). The DMR is fully co-mingled in line with the Governments Core Materials Set. That means that all recycling other than food and garden waste are collected within the same receptacle from households. The current contractual arrangements for this service is due to expire on 28 June 2026. This procurement concerns the proposed award of a new contract to a suitable Supplier that is intended to replace/succeed the existing arrangements which is anticipated to commence from Monday 29 June 2026. This proposed contract is for the transport of the Councils' DMR from the Waste Transfer Station to a MRF for separation and onward sale to the markets for re-processing. Under the proposed contract the Councils require that the DMR be collected from the Waste Transfer Station. The Councils will not be supplying vehicles for this purpose and it will be the responsibility of the successful Supplier to secure suitable vehicles for the provision of this service. The Waste Transfer Station is operated by FCC Recycling (UK) Limited, who the Councils hold a contract with for receiving DMR and making it available to Hauliers. The Waste Transfer Station is located at Appleford Sidings, OX14 4PW. Once the DMR has been picked up from the Waste Transfer Station and transported to a MRF the successful Supplier will be responsible for ensuring that all the recyclable materials received at the MRF or MRFs will then be separated out into the key material types and sold onto re-processing markets. The Councils are open to bids from existing MRF operators and will also consider bids on a merchant basis. For merchant bids the Supplier remains responsible for all aspects within the specification and should note that a full audit trail of the material will be required. Under this contract the successful Supplier will be required to separate out the maximum amount of DMR received and pass this on to re-processors, minimising the amount of recyclate sent for disposal. A split from the sale of materials, as described within the Pricing Schedule, will be passed on by the Supplier to the Councils. It will track the LetsRecycle pricing index. The Councils are in the top 5 in the country for recycling performance and have been so for over a decade. The recyclate in scope for this contract is, in comparison to many other local authorities, low in contaminants. Total annual tonnages are circa 27,000. This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the Procurement Act 2023. The Councils will use the online Proactis portal at [https://sebp.due-north.com] (the Portal) to make associated tender documents available to suppliers. Suppliers wishing to participate in this procurement process are required to submit their completed Procurement Specific Questionnaire (PSQ) and Tenders through the Portal by 1pm on 25 November 2025. The following associated tender documents are being made available with the publication of this tender notice (via the Portal) to provide further information about the procurement process: • Tender Notice • PSQ; • Invitation to Tender (ITT and appendices); • Contract; The technical specification for this opportunity can be accessed via the Portal. Suppliers are referred to the associated tender documents which set out the conditions of participation and detailed award criteria (including sub-criteria) applicable to this procurement process

Katy Reed

Published 1 week ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Place & Environment Procurement Team

[email protected]

Timeline complete

Publish
Bid
Evaluate
Award
Complete