Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

EEAST - Framework for Vehicle Windscreen Service (24-T24)

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e7bc
Published by:
East of England Ambulance Service NHS Trust
Authority ID:
AA79000
Publication date:
26 March 2025
Deadline date:
07 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East of England Ambulance Service NHS Trust

Whiting Way

Melbourn

SG8 6EN

UK

Contact person: Emma Saunderson

E-mail: tenders@eastamb.nhs.uk

NUTS: UKH12

Internet address(es)

Main address: https://www.eastamb.nhs.uk/

Address of the buyer profile: https://www.eastamb.nhs.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://health-family.force.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://health-family.force.com/s/Welcome


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://health-family.force.com/s/Welcome


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

EEAST - Framework for Vehicle Windscreen Service (24-T24)

II.1.2) Main CPV code

50100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.

II.1.5) Estimated total value

Value excluding VAT: 5 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 2B

II.2.1) Title

10. LOT 2B SOUTH WEST AND SOUTH EAST LONDON - LONDON AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

South West and South East London

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The Contract duration is for four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3A

II.2.1) Title

11. LOT 3A KENT - SOUTH EAST COASTAL AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Kent

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The Contract duration is for Four (4) Years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3B

II.2.1) Title

12. LOT 3B SURREY - SOUTH EAST COASTAL AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Surrey

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The Contract duration is for four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3C

II.2.1) Title

13. LOT 3C SUSSEX - SOUTH EAST COASTAL AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Sussex

II.2.4) Description of the procurement

SOUTH EAST COASTAL AMBULANCE SERVICE: LOT 3C SUSSEX,

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The Contract duration is four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4A

II.2.1) Title

14. LOT 4A SOMERSET - SOUTH WESTERN AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Somerset

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The Contract duration is for Four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4B

II.2.1) Title

15. LOT 4B GLOCS - SOUTH WESTERN AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Gloucestershire

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The Contract duration is for Four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4C

II.2.1) Title

16. LOT 4C WILTS - SOUTH WESTERN AMBULANCE SERVICE

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Wilshire

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The Contract duration is for Four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4D

II.2.1) Title

17. LOT 4D DEVON - SOUTH WESTERN AMBULANCE SERVICE;

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Devon

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The Contract duration is for four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4E

II.2.1) Title

18. LOT 4E DORSET - SOUTH WESTERN AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Dorset

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The contract duration is for Four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4F

II.2.1) Title

19. LOT 4F CORNWALL AND ISLES OF SCILLY - SOUTH WESTERN AMBULANCE SERVICE;

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Cornwall and Isles of Scilly

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The contract duration is for four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5A

II.2.1) Title

20. LOT 5A BERKS - SOUTH CENTRAL AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Berkshire

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The contract duration is for four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5B

II.2.1) Title

21. LOT 5B BUCKS - SOUTH CENTRAL AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Buckinghamshire

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The contract duration is for four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5C

II.2.1) Title

22. LOT 5C OXON - SOUTH CENTRAL AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Oxford

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The contract duration is for four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 1A

II.2.1) Title

3.LOT 1A BEDS - EAST OF ENGLAND AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Bedfordshire

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The Contract duration is four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 1B

II.2.1) Title

4. LOT 1B CAMBS - EAST OF ENGLAND AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Cambridgeshire

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The Contract duration is four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 1C

II.2.1) Title

5. LOT 1C HERTS - EAST OF ENGLAND AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Hertfordshire

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

the contract duration is four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 1D

II.2.1) Title

6. LOT 1D ESSEX - EAST OF ENGLAND AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Essex

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The Contract duration is four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 1E

II.2.1) Title

7. LOT 1E NORFOLK - EAST OF ENGLAND AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Norfolk

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The contract duration is four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 1F

II.2.1) Title

8. LOT 1F SUFFOLK - EAST OF ENGLAND AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Suffolk

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The Contract duration is for four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2A

II.2.1) Title

9. LOT 2A NORTH WEST. NORTH AND NORTH EAST LONDON - LONDON AMBULANCE SERVICE:

II.2.2) Additional CPV code(s)

50100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

North West, North and North East London

II.2.4) Description of the procurement

The Authority is having a major concern regarding windscreen repairs and replacement. The<br/>current turnaround times are 3 to 4 days meaning vehicles are off the road while waiting repair and<br/>calibration. The intention is to reduce turnaround times in order to retain operational vehicles on the<br/>road with less downtime. It is the Authority’s desire is to move as many non-operational vehicle<br/>Windscreen repair to its main windscreen suppliers where possible. However, the Authority’s<br/>recognises the need to have contracted parties to provide an alternative windscreen roadside,<br/>station or workshop repair and especially a more speedier replacement calibration solution, where<br/>there is no current capacity. Vehicles covered under the arrangement will be of varying designation,<br/>can be marked and unmarked, but need to be treated with the same priority. Note, at Appendix B2<br/>is a list of the EEAST 125 sites so the supplier may be called on to attend either an Ambulance<br/>station or the local workshop. Vehicle fleets will vary in size and composition over time and the<br/>Suppliers will need to be agile to accommodate new vehicle types.<br/><br/> The bidder can bid for any number of Lots, with a maximum of 3 sub lots per Ambulance Trust.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 230 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2025

End: 30/04/2029

This contract is subject to renewal: Yes

Description of renewals:

The contract duration is for Four (4) years with no option to extend

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

See invittation to tender

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Selection criteria as stated in the tender documents


Minimum level(s) of standards required:

Selection criteria as stated in the tender documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

See invitation to tender

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/04/2025

Local time: 17:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 07/04/2025

Local time: 17:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

This Framework Agreement entitles the below NHS Ambulance Trust from the Southern Alliance to access this framework and is entitled to place Orders.<br/><br/>East of England Ambulance Service, London Ambulance Service, South East Central Ambulance Service, South Western Ambulance Service and South Coast Ambulance Service.

VI.4) Procedures for review

VI.4.1) Review body

East of England Ambulance Service NHS Trust

Lakeview House, Fraser Road

Bedford

MK44 3WH

UK

E-mail: tenders@eastamb.nhs.uk

Internet address(es)

URL: https://www.eastamb.nhs.uk/

VI.5) Date of dispatch of this notice

25/02/2025

Coding

Commodity categories

ID Title Parent category
50100000 Repair, maintenance and associated services of vehicles and related equipment Repair and maintenance services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@eastamb.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.