Open in a 2 months
Vehicle Repair
Descriptions
The Joint Transport Service (JTS) for Surrey and Sussex Police is responsible for a police fleet of over 2,000 vehicles operating over 20 million miles per annum and four vehicle workshops across Surrey and Sussex. The Police and Crime Commissioner for Sussex with and on behalf of the Police and Crime Commissioner for Surrey (the Authorities) will be seeking bids from suitably qualified organisations to provide vehicle repair services to this Fleet. The services shall be provided on a non-exclusive basis, under a multi-supplier Framework Agreement that will run for four (4) years. The Police and Crime Commissioner for Sussex (PCC for Sussex) is acting as the lead for this procurement process and will undertake the selection and appointment of successful bidders onto the Framework Agreement. A Framework Agreement is where suppliers appointed to it, under a lot or lots, are eligible to be allocated further work. This is exclusively only open to those companies listed within the Framework Agreement. This upcoming Tender exercise is the mechanism which sets up the Framework Agreement. The core requirement will be to provide repair services to damaged vehicles following the Thatcham Repair methods through EScribe. The services are to include but not be limited to vehicle collection/delivery, inspection, adjustment, restoration, replacement of body and paintwork, assemblies, components, general and specialised repair work. SMART repair services can be provided in a workshop or as a mobile service. Vehicles in need of repairs are typically owned, leased or in the property of either Sussex Police or Surrey Police; in some cases however they will be third party vehicles. While most vehicles are passenger cars or light commercial vehicles, a small number of vehicles are classed as heavy commercial and specialist vehicles over 7.5 Tonnes. Due to the nature of the Authorities' business, specific storage requirements will apply to vehicles repaired at the Contractor's premises. It is envisaged that Contractors will be selected for work based on their area of specialism and ability to carry out the specified service within the expected time-frames and cost. The Authorities provide emergency services to the general public and therefore, as well as the quality of repairs and cost being important factors, the availability of vehicles and therefore downtime is also critical to the vehicle repair services. It is imperative that organisations to be included on the contract understand the impact of excellent transportation particularly for Police Services and should at all times show professionalism and competence. Due to the ad-hoc nature of the requirement, all types, volumes or quantities of business indicated are estimates only and cannot be taken as a definitive commitment.
Timeline
Published Date :
Deadline :
Contract Start :
Contract End :
Tender Regions
CPV Codes
Tender Lot Details
1 Tender Lot
Workflows
Status :
Assign to :
Tender Progress :
Details
Notice Type :
Tender Identifier :
TenderBase ID :
Low Value :
High Value :
Region :
Attachments :
Buyer Information
Address :
Website :
Procurement Contact
Name :
Designation :
Phone :
Email :
Possible Competitors
1 Possible Competitors