Section one: Contracting authority
one.1) Name and addresses
Chief Constable for Devon and Cornwall Police
Police Headquarters, Middlemoor
Exeter
EX2 7HQ
Contact
Sarah Keeping
sarah.keeping@devonandcornwall.pnn.police.uk
Telephone
+44 1392225657
Country
United Kingdom
Region code
UKK - South West (England)
National registration number
N/A
Internet address(es)
Main address
http://www.devon-cornwall.police.uk/your-right-to-information
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=61707&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Electric Vehicle Charging Infrastructure Feasibility Study and Fleet Transition Analysis
Reference number
753
two.1.2) Main CPV code
- 71241000 - Feasibility study, advisory service, analysis
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £140,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71241000 - Feasibility study, advisory service, analysis
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
Main site or place of performance
Exeter
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £140,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
24 March 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
CEDR
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
CEDR
London
Country
United Kingdom