Scope
Reference
JPS2052
Description
The Joint Transport Service (JTS) for Surrey and Sussex Police is responsible for a police fleet of over 2,000 vehicles operating over 20 million miles per annum and four vehicle workshops across Surrey and Sussex.
The Police and Crime Commissioner for Sussex with and on behalf of the Police and Crime Commissioner for Surrey (the Authorities) will be seeking bids from suitably qualified organisations to provide vehicle repair services to this Fleet.
The services shall be provided on a non-exclusive basis, under a multi-supplier Framework Agreement that will run for four (4) years.
The Police and Crime Commissioner for Sussex (PCC for Sussex) is acting as the lead for this procurement process and will undertake the selection and appointment of successful bidders onto the Framework Agreement.
A Framework Agreement is where suppliers appointed to it, under a lot or lots, are eligible to be allocated further work. This is exclusively only open to those companies listed within the Framework Agreement.
This upcoming Tender exercise is the mechanism which sets up the Framework Agreement.
The core requirement will be to provide repair services to damaged vehicles following the Thatcham Repair methods through EScribe. The services are to include but not be limited to vehicle collection/delivery, inspection, adjustment, restoration, replacement of body and paintwork, assemblies, components, general and specialised repair work. SMART repair services can be provided in a workshop or as a mobile service.
Vehicles in need of repairs are typically owned, leased or in the property of either Sussex Police or Surrey Police; in some cases however they will be third party vehicles. While most vehicles are passenger cars or light commercial vehicles, a small number of vehicles are classed as heavy commercial and specialist vehicles over 7.5 Tonnes. Due to the nature of the Authorities' business, specific storage requirements will apply to vehicles repaired at the Contractor's premises.
It is envisaged that Contractors will be selected for work based on their area of specialism and ability to carry out the specified service within the expected time-frames and cost. The Authorities provide emergency services to the general public and therefore, as well as the quality of repairs and cost being important factors, the availability of vehicles and therefore downtime is also critical to the vehicle repair services.
It is imperative that organisations to be included on the contract understand the impact of excellent transportation particularly for Police Services and should at all times show professionalism and competence.
Due to the ad-hoc nature of the requirement, all types, volumes or quantities of business indicated are estimates only and cannot be taken as a definitive commitment.
Commercial tool
Establishes a framework
Total value (estimated)
- £20,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 15 November 2025 to 14 November 2029
- 4 years
Main procurement category
Services
CPV classifications
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
Contract locations
- UKJ2 - Surrey, East and West Sussex
Lot 1. Cars And Light Commercial Vehicles Up To 7.5 Tonnes (including SMART Repair services)
Description
Repair services for passenger cars and light commercial vehicles of up to 7.5 tonnes, which together make up approximately 97% of the Fleet.
Lot value (estimated)
- £18,500,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Heavy Commercial Vehicles Over 7.5 Tonnes and up to 26 Tonnes (including SMART Repair services)
Description
Repair services for heavy commercial vehicles between 7.5 tonnes and 26 tonnes, which together make up less than 5% of the Fleet. Repair services should include SMART repairs where applicable.
Lot value (estimated)
- £1,500,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Participation
Particular suitability
Lot 1. Cars And Light Commercial Vehicles Up To 7.5 Tonnes (including SMART Repair services)
Lot 2. Heavy Commercial Vehicles Over 7.5 Tonnes and up to 26 Tonnes (including SMART Repair services)
Small and medium-sized enterprises (SME)
Submission
Publication date of tender notice (estimated)
21 July 2025
Tender submission deadline
21 August 2025, 11:59pm
Submission address and any special instructions
Tenders must be submitted through https://sell2.in-tend.co.uk/blpd; submissions made by any other method will not be accepted.
Prior to submitting a response to this upcoming Tender, Bidders are required to register on the Government Central Digital Platform (CDP - https://www.find-tender.service.gov.uk) and complete their core Supplier Information.
CDP registration is now mandatory for any suppliers tendering for a public contract. As a result, Bidders must ensure they are registered on the CDP and all information is complete and up to date.
Supplier Information from the CDP will be required as part of the tender submission and failure to provide it will result in the tender being non-compliant.
The Police and Crime Commissioner for Sussex wishes to encourage all organisations interested in this procurement to allow enough time and resources for their CDP registration.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
8 September 2025
Recurring procurement
Publication date of next tender notice (estimated): 21 July 2029
Award criteria
Name | Type | Weighting |
---|---|---|
Pricing exercise | Price | 30% |
Methods for identifying which areas are suitable for a SMART repair | Quality | 25% |
Hourly labour rate | Price | 25% |
Repair methods | Quality | 20% |
Procedure
Procedure type
Open procedure
Contracting authority
The Police & Crime Commissioner for Sussex
- Public Procurement Organisation Number: PPLN-2959-YWYQ
Sackville House, Brooks Close
Lewes
BN7 2FZ
United Kingdom
Region: UKJ22 - East Sussex CC
Organisation type: Public authority - sub-central government