Construction Tenders

17 April 2026

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type Tender

No. of Lots 5

Status Active

Published 17th Apr 2026

Tender Details
Referenceocds-h6vhtk-060ec2
Common Procurement VocabularyVehicle towing-away services
Procurement MethodOpen procedure
Value-
More Tenders »

United Kingdom

Category Services

Type Tender

No. of Lots 5

Status Active

Published 17th Apr 2026

Tender Details
Referenceocds-h6vhtk-060ec2
Common Procurement VocabularyVehicle towing-away services
Procurement MethodOpen procedure
Value-

Scope

Description

This procurement is being conducted as an Open Procedure in accordance with Section 20 of the Procurement Act 2023.

Hertfordshire County Council ("the Authority") and The Procurement Partnership Ltd ("TPPL"), acting as the Agent, invite tenders for participation in a 48‑month Closed Framework Agreement (pursuant to Section 45 of the Act) for the supply of Fleet Management Services and Supplies ("Fleet Goods and Services"). The Framework is structured into five Lots, each containing a defined set of packages that specify the core and optional service elements available to Contracting Authorities. The package system provides a consistent, modular structure for Call‑Off Contracts, while still allowing Contracting Authorities to run Competitive Selection Processes where appropriate.

Hertfordshire County Council is a Centralised Procurement Authority for the purposes of the Act. The Framework is available for use by Contracting Authorities throughout the United Kingdom, including but not limited to:

Local Authorities and Combined Authorities

Registered Providers of Social Housing

NHS Bodies and Health Trusts

Educational Institutions (Schools, Colleges, Universities, Academies)

Emergency Services (Police, Fire, Ambulance, Coastguard)

Registered Charities

Non‑Departmental Public Bodies

Central Government Departments and Executive Agencies

Other public sector bodies as defined in Section 2 of the Procurement Act 2023

The Framework may also be accessed by other Centralised Procurement Authorities acting on behalf of the above entities.

TPPL is acting as the Agent for the purposes of this procurement and the ongoing management of the Framework. This includes, but is not limited to: administration of the tender process, evaluation of submissions, Framework management, delivery of Competitive Selection Processes, support with awards without reopening competition (where permitted), and collection of Framework Fees.

The Framework comprises the following Lots:

1. Fleet Management Services

2. Tyres and Ancillary Services

3. Fuel Cards

4. Vehicle and Equipment Disposal

5. Fleet Management Software

Suppliers appointed to the Framework will be required to deliver the relevant goods and services in accordance with the specifications set out in the procurement documents. Delivery may be national or regional depending on the Lot and the requirements of individual Contracting Authorities. Call‑Off Contracts may be awarded without reopening competition (typically using the package system) or through Competitive Selection Processes, ensuring flexibility while maintaining consistency of service standards and statutory compliance.

Commercial tool

Establishes a framework

Total value (estimated)

  • £150,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 18 August 2026 to 17 August 2030
  • 4 years

Main procurement category

Services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Fleet Management Services

Description

Lot 1 covers a broad range of services that support the operational management of public sector fleets. This includes activities associated with maintaining fleet availability, coordinating repairs and servicing, managing compliance obligations, supporting asset lifecycle planning, and providing data and reporting that help Contracting Authorities oversee their fleet operations.

Suppliers appointed to this Lot must be capable of delivering a complete fleet management service across the modular packages listed in the Framework Specification. Capability in a single specialist area (such as telematics, accident management, parts supply or training) is not sufficient to qualify for participation in this Lot. Suppliers shall demonstrate the ability to deliver all mandatory elements of the packages they bid for, with subcontracting used only to supplement specialist elements rather than form the core of the service.

Lot scope, services to include (and is not limited to) any combination of the following. Outsourcing of all or part of fleet management functions including:

-Scheduled and ad‑hoc maintenance and repair (SMR)

-Inspections and statutory certifications

-Reactive repairs and breakdown response

-Supply and management of parts, consumables and tyres

-Management of third‑party workshops and specialist providers

-Driver management, licensing and compliance

-Telematics integration, data services and behaviour‑based coaching

-Driver training and competency development

-Accident management including FNOL, repair routing, claims handling and downtime recovery

-Grey fleet oversight

-Rental coordination

-Asset acquisition and lifecycle support, including obtaining quotations, lease rates or purchase options from OEMs, leasing companies or brokers, providing comparative analysis, and advising on optimal acquisition routes as part of lifecycle planning.

The Lot is structured into Packages that reflect the different elements of fleet management. These may include scheduled maintenance coordination, unscheduled repair management, compliance and safety monitoring, accident management, asset lifecycle support, telematics related data services, and administrative or operational support functions. Contracting Authorities may select the Packages relevant to their needs when awarding Call Off Contracts.

This Lot incorporates Accident Management following Member feedback indicating that demand did not warrant a standalone lot.

Optional modules identified through Supplier Engagement (e.g., compliance auditing, operator licensing support, enhanced telematics/driver behaviour modules, EV‑related support functions) may be added at Call‑Off stage where required.

Lot 1 services should remain sufficiently flexible to accommodate emerging market trends (e.g., EV transition, Euro 7, connected vehicle data, ADAS, predictive maintenance) without requiring prescriptive technical detail at Framework level.

Call‑Off Contracts may specify requirements that support SME participation and/or local delivery models where appropriate.

Lot value (estimated)

  • £150,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 50111000 - Fleet management, repair and maintenance services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Tyres and Ancillary Services

Description

Lot 2 covers the supply (including new tyres and compliant remanufactured products such as bead‑to‑bead remoulds), fitting, maintenance and disposal of tyres and associated consumables for a wide range of fleet assets. Tyre supply is the mandatory core component of this Lot. This includes access to tyre products, fitting services delivered either on site or via mobile provision, repair and replacement activities, seasonal tyre management, and environmentally compliant disposal routes.

Call-Off Contracts may include any combination of:

-Tyre Supply (Mandatory core component)

-Tyre Fitting & Mobile Services

-Tyre Repair & Replacement

-Emergency Response / Roadside Assistance

-Seasonal Tyre Management

-Tyre Disposal & Environmental Compliance

-Turnkey Tyre Management

-Fleet Checks and Audit Services

-Associated Consumables

The Lot is structured into Packages that represent the different components of tyre related services. All Suppliers must be able to supply tyres as part of their service offering under this Lot. These may include tyre supply, fitting and mobile services, repair and replacement, seasonal management, disposal and recycling, and associated consumables. Contracting Authorities may select the Packages that align with their operational requirements at Call Off stage.

Through the preliminary market engagement Suppliers requested clear definitions for emergency call‑outs, routine vs urgent work, mileage‑banding and call‑out charges. This detail is provided within the Framework Specification and the Pricing Schedule and may be refined further at Call‑Off stage.

Optional modules (e.g., telematics‑linked tyre condition monitoring, sustainability initiatives such as tyre life optimisation or circular economy approaches) may be used at Call‑Off stage.

Local delivery considerations and SME accessibility may be incorporated by Contracting Authorities where appropriate.

Lot value (estimated)

  • £150,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34350000 - Tyres for heavy/light-duty vehicles

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Fuel Cards

Description

This Lot covers the provision of fuel card solutions and associated services that support the operational needs of diverse public sector fleets. This includes access to multi‑brand fuel networks, electric vehicle charging infrastructure, consolidated billing arrangements, and the provision of detailed transaction data to support financial control, reporting and environmental monitoring.

Suppliers appointed to this Lot will be expected to offer a range of card types and account structures suitable for mixed fleets, including petrol, diesel, hybrid and electric vehicles. The Lot also encompasses fraud prevention tools, spend controls, and account management services that enable Contracting Authorities to manage usage effectively and ensure compliance with internal policies.

The Lot is structured into Packages that reflect the modular nature of the services available. These may include core fuel card provision, EV charging access, reporting and analytics, and account management services. Suppliers may tender for any or all Packages within this Lot and must clearly identify the scope of their offering within their submission.

Preliminary market engagement highlighted the importance of explicit pricing lines for EV charging access, data provision, and integration requirements; these are provided within the Pricing Schedule.

Contracting Authority requirements for carbon/emissions reporting, sustainability monitoring, and regional policy compliance may be specified during Call‑Off processes.

Lot value (estimated)

  • £150,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 30163100 - Agency fuel cards

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Vehicle & Equipment Disposal

Description

Lot 4 provides Contracting Authorities with access to compliant, efficient and transparent routes for the resale, trade sale, scrappage, recycling, recovery, transport, storage and decommissioning of vehicles, plant, machinery and associated equipment. This includes the auction or resale of vehicles and equipment, the valuation and inspection of assets, and the environmentally responsible scrappage and recycling of end‑of‑life vehicles and non‑road machinery.

For clarity, Lot 4 does not include routine roadside assistance or breakdown services. Recovery is in scope only where required to enable disposal or to manage abandoned vehicles.

Suppliers appointed to this Lot will be expected to demonstrate robust processes for maximising asset value, ensuring legal compliance, and providing clear audit trails for all disposals. Services may include physical or online auction routes, managed disposal programmes, logistics support, and environmental compliance activities such as depollution and recycling.

The Lot is structured into Packages that reflect the different components of the disposal process. These may include vehicle disposal, equipment disposal, auction services, logistics, valuation and inspection services, and environmental compliance. Suppliers may tender for any or all Packages within this Lot and must clearly set out the scope of their service offering.

Contracting Authorities may incorporate additional environmental or regulatory requirements at Call‑Off, including EV battery handling, updated depollution standards, and changes to hazardous waste or recycling regulations, to ensure that disposal arrangements remain compliant and future‑proof.

Lot value (estimated)

  • £150,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 50118110 - Vehicle towing-away services
  • 50190000 - Demolition services of vehicles
  • 79342400 - Auction services
  • 90514000 - Refuse recycling services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Fleet Management Software

Description

Lot 5 covers software solutions that support the effective management, monitoring and optimisation of public sector fleets. This includes digital platforms and tools designed to help Contracting Authorities oversee their fleet assets, maintain compliance, plan maintenance, manage operational workflows, and make informed decisions based on accurate and timely data.

Solutions within this Lot may encompass a wide range of functional areas. These can include core fleet management platforms that provide centralised asset records, maintenance scheduling tools that support planned and reactive servicing, and compliance modules that assist with regulatory obligations such as MOT, inspections, licensing, and driver or vehicle safety requirements. The Lot also includes software that enables Contracting Authorities to integrate telematics or tracking data, monitor vehicle usage, and analyse operational performance through dashboards, reporting tools and analytics functions.

In addition to operational functionality, the Lot may include software components that support administrative and strategic activities, such as cost tracking, lifecycle planning, fuel and emissions monitoring, and the management of contracts, suppliers or service events. Some solutions may incorporate workflow automation, document management, or integration capabilities that allow data to be exchanged with other organisational systems, including finance, HR, telematics, maintenance providers or third‑party platforms.

The Lot is structured into Packages that reflect the modular nature of fleet software solutions. These Packages may include core fleet management platforms, compliance and safety modules, maintenance and scheduling tools, telematics integration, reporting and analytics, and implementation or support services. Contracting Authorities may select the Packages relevant to their requirements at Call‑Off stage, enabling them to procure a complete platform or specific components that complement existing systems.

The scope should be considered flexible to accommodate emerging trends such as connected vehicle data expansion, predictive maintenance tools, and regulatory changes (e.g., Euro 7). Additional requirements such as EV infrastructure integration, advanced analytics, data‑sharing APIs, or automated compliance auditing may be addressed within Call‑Off Specifications.

Lot value (estimated)

  • £150,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 48100000 - Industry specific software package
  • 72260000 - Software-related services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

55

Maximum percentage fee charged to suppliers

1.25%

Further information about fees

Maximum fee is 1.25% but fees vary by lot. Full detail on the fees is detailed within the procurement documents, specifically the framework agreement. However, for ease of reference, the percentage fee chargeable by lot is as follows:

Lot 1: 1.25%

Lot 2: 1.25%

Lot 3: 0.30%

Lot 4: 1%

Lot 5: 1%

Framework operation description

This Framework Agreement will operate as a Closed Framework in accordance with Section 45 of the Procurement Act 2023. Suppliers appointed to the Framework will be eligible to deliver Fleet Management Services and Supplies to Contracting Authorities throughout the United Kingdom for the duration of the Framework.

1. Pricing Structure and Determination of Charges

Pricing under this Framework is based on a modular Package structure, with each Lot containing defined service elements that Suppliers must price in accordance with the Pricing Schedule. Prices within the Pricing Schedule constitute the maximum rates that may be applied during the term of the Framework, unless a Contracting Authority conducts a Competitive Selection Process (CSP) and Suppliers choose to offer improved pricing. The Pricing Schedule will be subject to annual review.

For each Lot, the Pricing Schedule sets out:

-the mandatory and optional service elements

-the unit of measure for each element (e.g., per asset per month, per hour, per job, percentage handling fee)

-the rules governing what may and may not be charged

-the maximum rates applicable to Call‑Off Contracts

Suppliers must not introduce any additional charges, surcharges, uplifts, administration fees, platform fees, subscription fees or other cost mechanisms beyond those expressly permitted within the Pricing Schedule. All third‑party costs (e.g., parts, tyres, repairs, hire, specialist services) must be passed through at the Supplier's net cost, with only the defined handling or management fee applied where specified.

Where a Contracting Authority selects a combination of Packages to form a comprehensive fleet management service, the total price will be determined by aggregating the relevant Package rates. Alternative commercial models may only be proposed where a Competitive Selection Process is conducted and the Contracting Authority explicitly requests such proposals.

2. Call‑Off Procedures and Selection of Suppliers

Contracting Authorities may award Call‑Off Contracts using one of the following methods:

a. Award Without Reopening Competition

A Call‑Off Contract may be awarded without reopening competition where:

-the Contracting Authority can identify the Supplier offering the most economically advantageous solution based on the published Framework rates, or

-the requirement is clearly aligned to a Supplier's specific capability or service offering, or

-the Contracting Authority requires a straightforward selection based on the Framework pricing and service model

This method does not constitute the "Direct Award" competitive procedure under Section 43 of the Act. It is a Framework‑specific Call‑Off mechanism permitted under Section 45.

b. Competitive Selection Process (CSP)

A CSP may be used where the Contracting Authority wishes to:

-refine the requirement

-seek improved pricing

-assess delivery proposals or implementation plans

-evaluate value‑added services

-run a competition between Framework Suppliers

The CSP will be conducted in accordance with the procedures set out in the Framework Agreement. Suppliers may offer prices lower than their Framework maximum rates but may not exceed them.

3. Operation of Call‑Off Contracts

Call‑Off Contracts will specify:

-the selected Packages and service elements

-the applicable Framework prices or CSP‑determined prices

-any optional services requested by the Contracting Authority

-performance standards, KPIs and reporting requirements

-implementation arrangements and service commencement dates

Suppliers must deliver all services in accordance with the Framework terms, the Call‑Off Contract, and the service specifications for the relevant Lot.

4. Framework Management and Performance Monitoring

TPPL, acting as the Agent on behalf of Hertfordshire County Council, will manage the Framework, including:

-supplier monitoring

-issue resolution and escalation

-management of CSPs and Call‑Off processes

-collection of Framework Fees

-ensuring compliance with the Framework terms

Suppliers must provide all required management information, reporting and audit evidence to support effective Framework oversight.

5. Transparency and Auditability

All pricing, invoicing and cost pass‑through must be transparent, auditable and compliant with the Framework rules. Contracting Authorities may request evidence of:

-net‑cost parts, tyres or third‑party services

-labour hours delivered

-disposal outcomes

-telematics data usage

-accident management activity

-training delivery and certification

Suppliers must retain appropriate records for the duration of the Framework and any Call‑Off Contract.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Hertfordshire County Council is a Centralised Procurement Authority as defined in the Act. This Framework is intended for use by Contracting Authorities throughout the United Kingdom, including but not limited to:

Local Authorities and Combined Authorities

Registered Providers of Social Housing

NHS Bodies and Health Trusts

Educational Institutions (Schools, Colleges, Universities, Academies)

Emergency Services (Police, Fire, Ambulance, Coastguard)

Registered Charities

Non-Departmental Public Bodies

Central Government Departments and their Executive Agencies

Other public sector bodies as defined in Section 2 of the Procurement Act 2023

The framework may also be accessed by other Centralised Procurement Authorities acting on behalf of the above entities.

The Framework will be 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 https://www.tppl.co.uk/membership/


Participation

Legal and financial capacity conditions of participation

Lot 1. Fleet Management Services

Lot 2. Tyres and Ancillary Services

Lot 3. Fuel Cards

Lot 4. Vehicle & Equipment Disposal

Lot 5. Fleet Management Software

As per tender documentation

Technical ability conditions of participation

Lot 1. Fleet Management Services

Lot 2. Tyres and Ancillary Services

Lot 3. Fuel Cards

Lot 4. Vehicle & Equipment Disposal

Lot 5. Fleet Management Software

As per tender documentation


Submission

Enquiry deadline

20 May 2026, 5:00pm

Tender submission deadline

27 May 2026, 12:00pm

Submission address and any special instructions

https://www.delta-esourcing.com/respond/7YJ62PK9G9

Submissions to be made electronically via the Delta eSourcing portal using the address provided. Access to the portal is free of charge.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

22 July 2026

Recurring procurement

Publication date of next tender notice (estimated): 17 April 2030


Award criteria

Lot 1. Fleet Management Services

Name Description Type
Community Engagement and Social Impact

100 Marks

Quality
Fleet Management Capability

100 Marks

Quality
System, Tools & Technology

90 Marks

Quality
Capacity, Resources & Resilience

60 Marks

Quality
Service Delivery, Contract Management & Communication

100 Marks

Quality
Management Information & Reporting

60 Marks

Quality
Mobilisation, Implementation & Continuity of Service

40 Marks

Quality
Sustainability & Environmental

50 Marks

Quality
Pricing Schedule

400 Marks

Price

Weighting description

This Lot will be evaluated using a mark‑based model. Each criterion is assigned a fixed number of marks, and suppliers are scored against published scoring descriptors. The relative weighting of each criterion is reflected in the number of marks allocated. Full details are provided in the Invitation to Tender (ITT).

Lot 2. Tyres and Ancillary Services

Name Description Type
Community Engagement and Social Impact

100 Marks

Quality
Service Capability & Product Range

120 Marks

Quality
Technical Delivery Model & Workflow Management

100 Marks

Quality
Coverage, Response Times & Mobile Provision

150 Marks

Quality
Environmental Compliance & Tyre Disposal

80 Marks

Quality
Quality Assurance, Safety & Risk Management

50 Marks

Quality
Pricing Schedule

400 Marks

Price

Weighting description

This Lot will be evaluated using a mark‑based model. Each criterion is assigned a fixed number of marks, and suppliers are scored against published scoring descriptors. The relative weighting of each criterion is reflected in the number of marks allocated. Full details are provided in the Invitation to Tender (ITT).

Lot 3. Fuel Cards

Name Description Type
Community Engagement and Social Impact

100 Marks

Quality
Service Capability & Network Coverage

200 Marks

Quality
Controls, Security & Fraud Prevention

150 Marks

Quality
Reporting, Management Information & Transparency

100 Marks

Quality
Account Management & Customer Support

50 Marks

Quality
Pricing Schedule

400 Marks

Price

Weighting description

This Lot will be evaluated using a mark‑based model. Each criterion is assigned a fixed number of marks, and suppliers are scored against published scoring descriptors. The relative weighting of each criterion is reflected in the number of marks allocated. Full details are provided in the Invitation to Tender (ITT).

Lot 4. Vehicle & Equipment Disposal

Name Description Type
Community Engagement and Social Impact

100 Marks

Quality
Disposal Capability & Service Delivery Model

200 Marks

Quality
Compliance, Environmental Responsibility & Secure Handling

150 Marks

Quality
Value, Transparency & Disposal Outcomes

100 Marks

Quality
Reporting, Management Information & Auditability

50 Marks

Quality
Pricing Schedule

400 Marks

Price

Weighting description

This Lot will be evaluated using a mark‑based model. Each criterion is assigned a fixed number of marks, and suppliers are scored against published scoring descriptors. The relative weighting of each criterion is reflected in the number of marks allocated. Full details are provided in the Invitation to Tender (ITT).

Lot 5. Fleet Management Software

Name Description Type
Community Engagement and Social Impact

100 Marks

Quality
System Capability & Core Functionality

200 Marks

Quality
Configuration, User Access & Implementation

150 Marks

Quality
Integrations, Data Exchange & Interoperability

100 Marks

Quality
Security, Data Protection & Auditability

50 Marks

Quality
Pricing Schedule

400 Marks

Price

Weighting description

This Lot will be evaluated using a mark‑based model. Each criterion is assigned a fixed number of marks, and suppliers are scored against published scoring descriptors. The relative weighting of each criterion is reflected in the number of marks allocated. Full details are provided in the Invitation to Tender (ITT).


Other information

Description of risks to contract performance

As detailed within the tender documentation.

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

https://www.delta-esourcing.com/respond/7YJ62PK9G9

All tender documentation is available via the tender platform being used for this procurement.


Contracting authority

Hertfordshire County Council

  • Public Procurement Organisation Number: PWJT-5264-WYMY

Robertson House, Six Hills Way

Stevenage

SG1 2FQ

United Kingdom

Email: strategic.procurement [at] hertfordshire.gov.uk

Website: http://www.hertfordshire.gov.uk

Region: UKH23 - Hertfordshire

Organisation type: Public authority - sub-central government


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

THE PROCUREMENT PARTNERSHIP LIMITED

Summary of their role in this procurement: Supporting HCC throughout the tender process.

  • Companies House: 05098402
  • Public Procurement Organisation Number: PXYT-5842-WRDY

Suite 1, The Old Granary, Westwick

Cambridge

CB24 3AR

United Kingdom

Email: tenders [at] tppl.co.uk

Website: http://www.tppl.co.uk

Region: UKH12 - Cambridgeshire CC


Contact organisation

Contact THE PROCUREMENT PARTNERSHIP LIMITED for any enquiries.