Planning

EEAST - Vehicle Service and Maintenance Repair (24-T04)

  • East of England Ambulance Service NHS Trust

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-020284

Procurement identifier (OCID): ocds-h6vhtk-047a30

Published 3 July 2024, 1:39pm



Section one: Contracting authority

one.1) Name and addresses

East of England Ambulance Service NHS Trust

Whiting Way

Melbourn

SG8 6EN

Contact

Samantha King

Email

tenders@eastamb.nhs.uk

Country

United Kingdom

Region code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://www.eastamb.nhs.uk/

Buyer's address

https://www.eastamb.nhs.uk/

one.3) Communication

Additional information can be obtained from the above-mentioned 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

https://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

EEAST - Vehicle Service and Maintenance Repair (24-T04)

Reference number

C292209

two.1.2) Main CPV code

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Barton Mills Workshop

Lot No

9

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Barton Mills

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.2) Description

two.2.1) Title

Bedford Workshop

Lot No

1

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bedford

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.2) Description

two.2.1) Title

Bedford Workshop - HGV, Resilience and HART

Lot No

11

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bedford

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.2) Description

two.2.1) Title

Bury St Edmunds

Lot No

10

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bury St Edmunds

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.2) Description

two.2.1) Title

Chelmsford Workshop

Lot No

5

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Chelmsford

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.2) Description

two.2.1) Title

Chelmsford Workshop - HGV, Resilience and HART

Lot No

14

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Chelmsford

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.2) Description

two.2.1) Title

Hellesdon Workshop

Lot No

8

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Hellesdon

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.2) Description

two.2.1) Title

Hellesdon Workshop - HGV, Resilience and HART

Lot No

15

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Hellesdon

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.2) Description

two.2.1) Title

Kings Lynn Workshop

Lot No

7

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Kings Lynn

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.2) Description

two.2.1) Title

Peterborough Workshop

Lot No

2

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Peterborough

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.2) Description

two.2.1) Title

Peterborough Workshop - HGV, Resilience and HART

Lot No

12

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Peterborough

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.2) Description

two.2.1) Title

Southend Workshop

Lot No

4

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Southend

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.2) Description

two.2.1) Title

Stevenage Workshop

Lot No

3

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Stevenage

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.2) Description

two.2.1) Title

Stevenage Workshop - HGV, Resilience and HART

Lot No

13

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Stevenage

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.2) Description

two.2.1) Title

Waveney Workshop

Lot No

6

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Waveney

two.2.4) Description of the procurement

The Authority is looking for suppliers to support its existing fleet workshops in maintaining vehicles so that they are available for use by clinical staff and to minimise instances of vehicle downtime.
The Authority has a major issue with Vehicles Off Road, with approximately 30% of our fleet unavailable due to mechanical or repair related problems. The initial aim is to reduce this position to no more than 10% in Year 1 with the longer-term plan to reduce to 5%.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
It is the Authority’s desire to move as much Vehicle Service and Maintenance Repair work to its internal workshops, however the Authority recognises the need to have contracted parties to provide a maintenance, service, and repair solution, which includes roadside assistance where there is no current internal capacity.
There is also a need to provide further support options in the event of lack of internal capacity or to support in times of high demand or absence within its own workforce given the national lack of qualified vehicle technicians.
The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.
Any framework agreement awarded as a result of this tender process shall be for a period of four years. It is anticipated that the contracts will start in September 2024.
The framework agreements will be non-exclusive, and the Authority cannot give any commitment to volume of vehicle servicing or maintenance repair or guarantee of spend during the contract period. Prices to remain fixed for the duration of the contract.
The specification covers all vehicles presented by the Authority, all associated agencies, and all Third-Party vehicles that the Authority may wish to send to the Supplier.
Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked.
The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot.
The highest scoring provider will be allocated the work in the first instance. If they are unable to complete the work in the required timescale the work will be offered to the second ranked supplier and so on.
The Vehicle Service and Maintenance Repair Lots 1 to 10 will include (DSA) Double Crewed Ambulances, (PTS) Patient Transport Vehicles, Large Vans, (RRV) Rapid Response Vehicles and Cars. See 1.4.14 (Table A below). Lots 11 to 15 will include HGV and Specialised vehicles as per Workshop locations as per 1.4.14 (Table B below).
Suppliers can submit any number of bids but, bidders can be Awarded no more than 3 (three) lots within Lots 1-10 and no more than 3 (three) lots for HGVs and Specialised Vehicles (6 (six) Lots in total).

two.3) Estimated date of publication of contract notice

3 July 2024


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes