Contract notice

Information

Published

Expire date: 24/03/2023

External Reference: 2023-526573

FTS Reference: 2023-005696

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: Sarah Keeping
Telephone: +44 1392225657
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=61707&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

Electric Vehicle Charging Infrastructure Feasibility Study and Fleet Transition Analysis
Reference number:  753
II.1.2)

Main CPV code

71241000  -  Feasibility study, advisory service, analysis
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Customer, who represents Avon & Somerset, Devon & Cornwall, Dorset, Gloucestershire and Wiltshire Police Forces wishes to appoint one Contractor to develop a Electric Vehicle Charging Infrastructure Feasibility Study and Fleet Decarbonisation Analysis to deliver a sustainable electric vehicle charging infrastructure to support its current and future fleet needs, in the transition to an electric vehicle fleet. This aim is to commission an experienced partner to create an evidence-based, bespoke Force specific organisational strategy feasibility plan.
This procurement opportunity is conducted under a Further Competition via CCS RM6187 Management Consultancy Framework Three (MCF3) Lot 9.
II.1.5)

Estimated total value

Value excluding VAT: 140000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71241000  -  Feasibility study, advisory service, analysis
II.2.3)

Place of performance

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

Description of the procurement

The Customer, who represents Avon & Somerset, Devon & Cornwall, Dorset, Gloucestershire and Wiltshire Police Forces wishes to appoint one Contractor to develop a Electric Vehicle Charging Infrastructure Feasibility Study and Fleet Decarbonisation Analysis to deliver a sustainable electric vehicle charging infrastructure to support its current and future fleet needs, in the transition to an electric vehicle fleet. This aim is to commission an experienced partner to create an evidence-based, bespoke Force specific organisational strategy feasibility plan.
This procurement opportunity is conducted under a Further Competition via CCS RM6187 Management Consultancy Framework Three (MCF3) Lot 9.
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: 140000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 6
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.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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  24/03/2023
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  24/03/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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