Skip to main content
Mayor of London logo London Assembly logo
Home

Response and Non-Response Cars 2017/18- Contract Award

Key information

Reference code: PCD 425

Date signed:

Decision by: Sophie Linden, Deputy Mayor, Policing and Crime

Executive summary

The Metropolitan Police Service (MPS) are seeking to award 6 contracts for the purchase of Response Vehicles via the Crown and Commercial Services (CCS) Vehicle Purchase Framework Agreement.

• The framework period is from 2nd December 2014 to 1st December 2018 and the contracts are within the technical and financial scope of the framework.

• The duration of the contracts will be 48 months commencing in July 2018.

• The contracts are valued at £15.9M in total.

• This remains affordable within the overall approved Fleet Capital Programme 2017/18 to 2021/22.

• Approval to initiate procurement action was granted by the Deputy Mayor for Policing and Crime on October 2016, as part of the MPS Vehicle Replacement Programme 2017/18.

• Through the procurement activity of a mini-competition, contract savings of £1.3M have been achieved over the standard CCS pricing framework.

Recommendation

The Deputy Mayor for Policing and Crime is recommended to:

Approve the award of contract to be funded from the approved Fleet Capital Programme 2017/18 to 2021/22, for a four year period commencing July 2018 to:

1. BMW UK Ltd for £5.5M for the purchase of Response Cars.

2. Ford Motor Company Plc for £4.8M for the purchase of Response Vehicles.

3. General Motors UK Limited for £3.8M for the purchase of Response Cars.

4. Mitsubishi Motors in the UK for £0.75M for the purchase of Response Cars.

5. Hyundai Motor UK Ltd for £0.66M for the purchase of Response Cars

6. Volkswagen Group UK Ltd for £0.37M for the purchase of Response Cars.

Non-confidential facts and advice to the Deputy Mayor for Policing and Crime (DMPC)

1. Introduction and background

1.1. These contracts will facilitate the purchase of replacement vehicles within 2018 and will enable Fleet Services to deliver operational vehicles as required to support the Vehicle Replacement Programme.

2. Issues for consideration

2.1. The implementation of the Ultra-Low Emission Zone is scheduled to be brought forward by 17 months to April 2019 and will affect all vehicles travelling within the existing congestion charge zone.

2.2. The emission standards required of the Zone can be met by operating Euro 4 Petrol vehicles. The vehicles detailed within this tender will ensure that the non-compliant fleet is replaced with either zero emission or Euro 6 petrol vehicles and will ensure compliance with the zone.

3. Financial Comments

3.1. These contracts are valued at £15.9M over the four-year period and is within the approved Fleet Capital Programme.

4.1. The Mayor’s Office for Policing and Crime (MOPAC) is a contracting authority as defined in the Public Contracts Regulations 2015 (the Regulations). When awarding public contracts for goods and services valued at £181,302 or above, all contracting authorities must do so in accordance with the Regulations.

4.2. This report confirms the tender detailed exceeds the above threshold. Consequently, the Regulations will apply to this requirement. This report identifies the Crown Commercial Services (CCS) framework agreement as its preferred procurement route. A compliantly procured framework agreement is a compliant route to market on the basis the framework is still in force, the MOPAC is identified as an eligible user of the framework, the MOPAC's requirements are within the technical and financial scope of the framework and the call-off procedure set out in the framework is followed. The Procurement Strategy and Tendering Process sections to this report confirm that the above are met.

5. Equality Comments

5.1. There are no negative equality or diversity implications arising from this procurement process. The Call Off agreement for the purchase of vehicles ensures suppliers adhere to perform their obligations in accordance with equality law

6. Background/supporting papers

6.1. Report

Signed decision document

Need a document on this page in an accessible format?

If you use assistive technology (such as a screen reader) and need a version of a PDF or other document on this page in a more accessible format, please get in touch via our online form and tell us which format you need.

It will also help us if you tell us which assistive technology you use. We’ll consider your request and get back to you in 5 working days.