Notice Information
Notice Title
EEAST - Vehicle Service and Maintenance Repair (24-T04)
Notice 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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).
Lot Information
Barton Mills Workshop
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).
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).
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).
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).
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).
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).
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).
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).
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).
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).
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).
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).
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).
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).
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).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-047a30
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/020284-2024
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50100000 - Repair, maintenance and associated services of vehicles and related equipment
Notice Value(s)
- Tender Value
- £15,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Jul 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 2 Jul 2024Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST OF ENGLAND AMBULANCE SERVICE NHS TRUST
- Contact Name
- Samantha King
- Contact Email
- tenders@eastamb.nhs.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- MELBOURN
- Postcode
- SG8 6EN
- Post Town
- Stevenage
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH4 Cambridgeshire and Peterborough
- Small Region (ITL 3)
- TLH42 Cambridgeshire CC
- Delivery Location
- Not specified
-
- Local Authority
- South Cambridgeshire
- Electoral Ward
- Melbourn
- Westminster Constituency
- South Cambridgeshire
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-047a30-2024-07-03T13:39:54+01:00",
"date": "2024-07-03T13:39:54+01:00",
"ocid": "ocds-h6vhtk-047a30",
"initiationType": "tender",
"tender": {
"id": "C292209",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "EEAST - Vehicle Service and Maintenance Repair (24-T04)",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
},
"mainProcurementCategory": "services",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"value": {
"amount": 15000000,
"currency": "GBP"
},
"lots": [
{
"id": "9",
"title": "Barton Mills Workshop",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
},
{
"id": "1",
"title": "Bedford Workshop",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
},
{
"id": "11",
"title": "Bedford Workshop - HGV, Resilience and HART",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
},
{
"id": "10",
"title": "Bury St Edmunds",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
},
{
"id": "5",
"title": "Chelmsford Workshop",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
},
{
"id": "14",
"title": "Chelmsford Workshop - HGV, Resilience and HART",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
},
{
"id": "8",
"title": "Hellesdon Workshop",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
},
{
"id": "15",
"title": "Hellesdon Workshop - HGV, Resilience and HART",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
},
{
"id": "7",
"title": "Kings Lynn Workshop",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
},
{
"id": "2",
"title": "Peterborough Workshop",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
},
{
"id": "12",
"title": "Peterborough Workshop - HGV, Resilience and HART",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
},
{
"id": "4",
"title": "Southend Workshop",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
},
{
"id": "3",
"title": "Stevenage Workshop",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
},
{
"id": "13",
"title": "Stevenage Workshop - HGV, Resilience and HART",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
},
{
"id": "6",
"title": "Waveney Workshop",
"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.<br/>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%.<br/>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.<br/>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. <br/>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. <br/>The Authority currently has 10 (ten) workshops across EEAST although there is a plan to increase workshops as new Ambulance hubs are built.<br/>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. <br/>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.<br/>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.<br/>Vehicles covered under the arrangement will be of varying designation, can be marked and unmarked. <br/>The requirement is to provide a Framework Agreement with up to a maximum of three (3) suppliers per Lot. <br/>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.<br/>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). <br/>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).",
"status": "planned"
}
],
"items": [
{
"id": "9",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Barton Mills"
},
"relatedLot": "9"
},
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Bedford"
},
"relatedLot": "1"
},
{
"id": "11",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Bedford"
},
"relatedLot": "11"
},
{
"id": "10",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Bury St Edmunds"
},
"relatedLot": "10"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Chelmsford"
},
"relatedLot": "5"
},
{
"id": "14",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Chelmsford"
},
"relatedLot": "14"
},
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Hellesdon"
},
"relatedLot": "8"
},
{
"id": "15",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Hellesdon"
},
"relatedLot": "15"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Kings Lynn"
},
"relatedLot": "7"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Peterborough"
},
"relatedLot": "2"
},
{
"id": "12",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Peterborough"
},
"relatedLot": "12"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Southend"
},
"relatedLot": "4"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Stevenage"
},
"relatedLot": "3"
},
{
"id": "13",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Stevenage"
},
"relatedLot": "13"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Waveney"
},
"relatedLot": "6"
}
],
"communication": {
"futureNoticeDate": "2024-07-03T00:00:00+01:00",
"atypicalToolUrl": "https://health-family.force.com/s/Welcome"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-53328",
"name": "East of England Ambulance Service NHS Trust",
"identifier": {
"legalName": "East of England Ambulance Service NHS Trust"
},
"address": {
"streetAddress": "Whiting Way",
"locality": "Melbourn",
"region": "UKH12",
"postalCode": "SG8 6EN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Samantha King",
"email": "tenders@eastamb.nhs.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.eastamb.nhs.uk/",
"buyerProfile": "https://www.eastamb.nhs.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-53328",
"name": "East of England Ambulance Service NHS Trust"
},
"language": "en"
}