Contract notice

Information

Published

Date of dispatch of this notice: 25/11/2018

Expire date: 04/01/2019

External Reference: 2018-508208

TED Reference: 2018/S 229-523511

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police and Crime Commissioner for South Yorkshire
n/a
South Yorkshire Police HQ
Sheffield, South Yorkshire, S9 2EH
Carbrook House, 5 Ca
UK
Contact person: Linda Barnes
Telephone: +44 7824083807
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=25312&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework for the Supply of Horseboxes
Reference number:  1616-2017
II.1.2)

Main CPV code

34140000  -  Heavy-duty motor vehicles
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

South Yorkshire Police is the lead force in letting a framework for the design and manufacture of Horse Transporters (Horse Boxes)
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

34000000  -  Transport equipment and auxiliary products to transportation
II.2.3)

Place of performance

Main site or place of performance:  
Sheffield, South Yorkshire, S9 2EH
II.2.4)

Description of the procurement

The aim of this requirement is to provide a route to market for UK police Forces to purchase the general construction and fitting out of a Horse- box for use by any Police Force as listed in Appendix A. The Framework is intended to be used for the acquisition of Horse Transporters from 2 to 8 Stall. The itemised specification is attached at Appendix B it should be noted that the items listed as essential are the specification required by South Yorkshire Police and other Framework Participants will discuss their exact requirements including any of the optional/desirable items listed as and when they enter into a Call-off Contract.
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: 10000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
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.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

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
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  04/01/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
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:  04/01/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
UK
Internet address: http://www.judiciary.gov.uk

VI.4.2)

Body responsible for mediation procedures

Police and Crime Commissioner
Sheffield
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Regional Procurement
Carbrrook House
Sheffield
S9 2EH
UK