Construction Tenders

Sat May 04 2024

Related Information

Construction Contract Leads

East of England

Category Goods

Type

No. of Lots 1

Status Active

Published 5th May 2023

Tender Details
Referenceocds-h6vhtk-03c6d2
Common Procurement VocabularyBoats
Procurement MethodOpen procedure
Value£400,000
More Tenders »

East of England

Category Goods

Type

No. of Lots 1

Status Active

Published 5th May 2023

Tender Details
Referenceocds-h6vhtk-03c6d2
Common Procurement VocabularyBoats
Procurement MethodOpen procedure
Value£400,000

Section I: Contracting authority

I.1) Name and addresses

7 Force Commercial Services

Suffolk Constabulary

Martlesham Heath

IP5 3QS

Contact

Andrea Weed

Email

andrea.weed [at] suffolk.police.uk

Telephone

+44 01473613693

Country

United Kingdom

NUTS code

UKH1 - East Anglia

Internet address(es)

Main address

https://7force.force.com

Buyer's address

https://7force.force.com

I.3) Communication

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

https://7force.force.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://7force.force.com

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Public order and safety


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Essex Police Cabin RHIB

Reference number

7F 2022 C049

II.1.2) Main CPV code

  • 34520000 - Boats

II.1.3) Type of contract

Supplies

II.1.4) Short description

The aim of this tender is to procure a vessel which has overall design, general construction and fitting out of a vessel for use by Essex Police. The contract is intended to be used for the acquisition of a rigid hulled boat with a cabin.

The objective is to have a vessel that is fit for purpose, complies with all relevant legislation as well as that which is forecast to come into effect with regards to emissions etc, in order to efficiently, effectively and safely carry officers and their equipment so that they can undertake operations and to provide the suitable welfare facilities to the staff whilst carrying out those operations.

II.1.5) Estimated total value

Value excluding VAT: £400,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 34521300 - Police patrol boats

II.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
Main site or place of performance

Essex

II.2.4) Description of the procurement

It is envisaged that the cabined RHIB will be;
• 13m in length with a minimum beam of 3.4m
• Coded to MCA (Marine Coastguard Agency) Cat 2 up to 60NM from a safe Haven. Police Boat Code 3 Cat B 60nm from a safe haven.
• The vessel should have efficient and robust twin engines installed in compliance with all above coding requirements and be compliant with the latest emission regulations.
• Be able to reach a speed of approx. 40 knots whilst carrying 3 crew and up to 7 passengers all necessary equipment with full fuel and water tanks before planning out to provide a stable platform at 30 knots
• It must be capable of all - weather operation for periods no longer than 24 hours for a single operation.
• It must be capable of working in the hours of darkness.
• It must have the ability to carry a full team of three crew plus seven persons and accommodate a range of specialist and personal protective equipment. The deck space must be sufficient to operate advanced boarding equipment.
• There must be a capability to recover persons from the water from the boat.

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: £400,000

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

Duration in months

12

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


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

9 June 2023

Local time

12:00pm

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: 12 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

9 June 2023

Local time

12:00pm


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

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/

VI.4.2) Body responsible for mediation procedures

BiP Solutions

Medius 60, Pacific Way

Glasgow

G51 1DZ

Country

United Kingdom

Internet address

https://www.bipsolutions.com/

VI.4.4) Service from which information about the review procedure may be obtained

BiP Solutions

Medius 60, Pacific Way

Glasgow

G51 1DZ

Country

United Kingdom

Internet address

https://www.bipsolutions.com/