215_24 Specialist Vehicles (outright purchase)

Award

Description

Renewal of 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.

Lot 1 - Refuse collection vehicles (RCV's)
Lot 2 - Compact sweepers
Lot 3 - Chassis mounted sweepers
Lot 4 - Winter maintenance vehicles (inc' demountables)
Lot 5 - Gully emptiers
Lot 6 - Minibuses (inc' converted minibuses)
Lot 7 - Minibuses under 3.5t (inc' converted minibuses)
Lot 8 - Buses and coaches
Lot 9 - Customised vehicles (eg. mobile libraries)
Lot 10 - Chassis/cabs
Lot 11 - Tippers
Lot 12 - Blue light (pumping, aerial & special appliances)
Lot 13 - Hot boxes
Lot 14 - Skip loaders
Lot 15 - Hook loaders

ESPO shall obtain a credit score (determined by the use of a credit rating agency) for each Supplier on or before the Framework start date as a base score and where a significant change in the credit score is identified over the life of the Framework (or the credit score goes below 30), ESPO reserves the right to investigate the reasons for this significant change. Depending on the severity of the changes, it will be at the sole discretion of ESPO to suspend or even permanently remove the awarded Supplier from the Framework.

Additional information: As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.

ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

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

PQ0610 - Shelforce Vehicles

Birmingham City Council (the Council) is seeking to appoint an organisation for the provision of 2 vehicles for Shelforce. Shelforce is a King’s Award-winning internal service within Birmingham City Council which manufactures Windows and Fire Doors for use primarily within the City’s Social Housing Stock. The contract for the goods will commence in September 2025 and will be in place for a maximum period of 4 years. Specification Shelforce require 2 vehicles to deliver PVCu windows and doors, including Fire doors, as follows: • Luton Van Type • Similar to either of the 2 below: o Citroen Relay Chassis Conversions Relay Lwfl Luton 35 L3 2.2 BlueHDi o Renault easiloader Master Red Edition- Platform FWD 3T5 145.35 – L3H1 – GVW 3.5 T • 4.5-meter body • Uprated rear springs • Loading ramp • Securing load clamps • Painted to Shelforce colours including signage to be included in the cost quoted in the Pricing Schedule. • Low and easy access to the back of the van is required. • All vehicles must be hardwired and fitted with a cradle to accept up to 10-inch demountable tablet, with the cost of such incorporated into the tenderers bid price, the tenderer will assume the role of prime contractor and the hardwiring and cradle installation must occur at the manufacturers works or dealership PRIOR to delivery to the Council. • All Vehicles to be fitted with a vinyl wrap to cab, and body. The supplier will allow for the cost of supply and fit within the quoted price. The wrap must be warranted for the life of the vehicle. The winning tenderer will be supplied with all artwork in an appropriate format. The tenderer will assume the role as prime contractor and the fitment will occurat the manufacturers works or dealership PRIOR to delivery to the Council • All Vehicle to comply with Construction and Use regulations • All vehicles to be registered with the DVLA • All Vehicles to have 2 sets of Keys • All vehicles to have air conditioning • All Tyres to be of premium quality and ‘Metric Sized’ • All vehicles to have height markers visible in the cab • All vehicles to have a minimum of 3-year bumper to bumper warranty’s- Tenderers are able to offer an extension to this if they wish, additional warranty years beyond the minimum three-year period will be positively weighted and benefit from a higher cost score in the evaluation process. • Suppliers are encouraged to propose extended warranty periods as part of their bid to enhance their competitive position. • Tenderers to confirm maintenance and servicing requirements to ensure warranty’s are maintained • Tenderers to confirm all grades of oils and greases to be used to ensure longevity of the vehicles. • Costs are to be provided in the pricing schedule (003) based on a 3 and 4 year lease. • Payment will be by BACS upon receipt of a supplier invoice. Please note that we are unable to pay by Direct Debit. The Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. If you are unable to register with In-tend or have any questions or problems on how to use this web site please either email us at: [email protected]. Your completed quotation submission should be returned by 12:00 (noon) on Friday 26th September 2025 via the 'in-tend' system https://in-tendhost.co.uk/birminghamcc

Katy Reed

Published 5 days 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