Construction Contract Leads
East of England
Category Goods
Type
No. of Lots 1
Status Active
Published 5th May 2023
Reference | ocds-h6vhtk-03c6d2 |
Common Procurement Vocabulary | Boats |
Procurement Method | Open procedure |
Value | £400,000 |
East of England
Category Goods
Type
No. of Lots 1
Status Active
Published 5th May 2023
Reference | ocds-h6vhtk-03c6d2 |
Common Procurement Vocabulary | Boats |
Procurement Method | Open 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
andrea.weed [at] suffolk.police.uk
Telephone
+44 01473613693
Country
United Kingdom
NUTS code
UKH1 - East Anglia
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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