Contract notice

Information

Published

Expire date: 20/03/2023

External Reference: 2023-560056

FTS Reference: 2023-003475

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Chief Constable for Devon and Cornwall Police
N/A
Police Headquarters, Middlemoor
Exeter
EX2 7HQ
UK
Contact person: Kirsty Hawkey
Telephone: +44 01392225657
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
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=59830&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

781 ASC Two Stall Horsebox
Reference number:  781
II.1.2)

Main CPV code

34144200  -  Vehicles for the emergency services
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Customer requires a Two Stall Horsebox Vehicle.
II.1.5)

Estimated total value

Value excluding VAT: 225000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34223320  -  Horsebox trailers
II.2.3)

Place of performance

NUTS code:  UKK -  SOUTH WEST (ENGLAND)
Main site or place of performance:  
Bristol
II.2.4)

Description of the procurement

The Customer wishes to appoint one Contractor to provide a full turn-key vehicle solution comprising of a chassis cab 10/12 tonnes, together with a rear body compartment or stall, to safely transport two Horses measuring up to 17.3hh (2.4 metres approx.) 850Kg each. The whole vehicle will be expected to last for at least 15 years. Storage areas for all kit/equipment carried is detailed within the relevant sections and associated technical questions below. The current full equipment list to reflect what is required to be carried onboard proposed vehicle has also been embedded. Please note that this list isn’t exhaustive and is subject to change. The objective is to have a full turn-key vehicle solution that is fit for purpose, complies with all relevant legislation to transport Horses, carry officers/riders and their equipment efficiently, effectively and safely so that they can undertake mounted duties and operations. To also provide the suitable welfare facilities to both the staff and horses whilst carrying out those operations.
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: 225000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 17/04/2023  /  End: 17/04/2024
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
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.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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:  20/03/2023
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  20/03/2023
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 Justice
Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

CEDR
London
UK

VI.4.4)

Service from which information about the review procedure may be obtained

CEDR
London
UK