Planning

Vehicle Repair

  • The Police & Crime Commissioner for Sussex

UK3: Planned procurement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-033944

Procurement identifier (OCID): ocds-h6vhtk-05508e

Published 20 June 2025, 9:40am

This version 20 June 2025, 9:56am

Last edited 20 June 2025, 10:10am

Show all versions Hide all versions


This is an old version of this notice. View the latest version.

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

This table contains award criteria for this lot
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