Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-020284/EN)
Nature of contract: Service contract
Procedure: Not applicable
Type of bid required: Not applicable
Prior information notice without call for competition
Services
This notice is for prior information only
Section I: Contracting authority
I.1) Name and addresses
Official name: East of England Ambulance Service NHS Trust
Postal address: Whiting Way
Town: Melbourn
Postal code: SG8 6EN
Country: United Kingdom
Contact Person: Samantha King
Email: tenders@eastamb.nhs.uk
Internet address(es):
Main address:
Address of the buyer profile:
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:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement:
II.1.1) Title: EEAST – Vehicle Service and Maintenance Repair (24-T04)
Reference number: C292209
II.1.2) Main CPV code: 50100000
II.1.3) Type of contract: Services
II.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).
II.1.5) Estimated total value:
Value excluding VAT: 15000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: Yes
II.2) Description:
II.2.1) Title: Barton Mills Workshop
Lot No:9
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Barton Mills
II.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).
II.2.5) Award criteria
II.2.1) Title: Bedford Workshop
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Bedford
II.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).
II.2.5) Award criteria
II.2.1) Title: Bedford Workshop – HGV, Resilience and HART
Lot No:11
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Bedford
II.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).
II.2.5) Award criteria
II.2.1) Title: Bury St Edmunds
Lot No:10
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Bury St Edmunds
II.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).
II.2.5) Award criteria
II.2.1) Title: Chelmsford Workshop
Lot No:5
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Chelmsford
II.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).
II.2.5) Award criteria
II.2.1) Title: Chelmsford Workshop – HGV, Resilience and HART
Lot No:14
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Chelmsford
II.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).
II.2.5) Award criteria
II.2.1) Title: Hellesdon Workshop
Lot No:8
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Hellesdon
II.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).
II.2.5) Award criteria
II.2.1) Title: Hellesdon Workshop – HGV, Resilience and HART
Lot No:15
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Hellesdon
II.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).
II.2.5) Award criteria
II.2.1) Title: Kings Lynn Workshop
Lot No:7
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Kings Lynn
II.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).
II.2.5) Award criteria
II.2.1) Title: Peterborough Workshop
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Peterborough
II.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).
II.2.5) Award criteria
II.2.1) Title: Peterborough Workshop – HGV, Resilience and HART
Lot No:12
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Peterborough
II.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).
II.2.5) Award criteria
II.2.1) Title: Southend Workshop
Lot No:4
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Southend
II.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).
II.2.5) Award criteria
II.2.1) Title: Stevenage Workshop
Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Stevenage
II.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).
II.2.5) Award criteria
II.2.1) Title: Stevenage Workshop – HGV, Resilience and HART
Lot No:13
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Stevenage
II.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).
II.2.5) Award criteria
II.2.1) Title: Waveney Workshop
Lot No:6
II.2.2)Additional CPV code(s)
Main CPV code: 50100000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Waveney
II.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).
II.2.5) Award criteria
II.3) Estimated date of publication of contract notice:2024-07-03
Section IV: Procedure
IV.1) Description
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
Section VI: Complementary information
VI.2) Information about electronic workflows
VI.5) Date of dispatch of this notice:2024-07-03