- Scope of the procurement
- Lot 9. Barton Mills Workshop
- Lot 1. Bedford Workshop
- Lot 11. Bedford Workshop - HGV, Resilience and HART
- Lot 10. Bury St Edmunds
- Lot 5. Chelmsford Workshop
- Lot 14. Chelmsford Workshop - HGV, Resilience and HART
- Lot 8. Hellesdon Workshop
- Lot 15. Hellesdon Workshop - HGV, Resilience and HART
- Lot 7. Kings Lynn Workshop
- Lot 2. Peterborough Workshop
- Lot 12. Peterborough Workshop - HGV, Resilience and HART
- Lot 4. Southend Workshop
- Lot 3. Stevenage Workshop
- Lot 13. Stevenage Workshop - HGV, Resilience and HART
- Lot 6. Waveney Workshop
Section one: Contracting authority
one.1) Name and addresses
East of England Ambulance Service NHS Trust
Whiting Way
Melbourn
SG8 6EN
Contact
Samantha King
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
Buyer's address
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