Tender

MPS FRAMEWORK FOR SUPPLY OF OPERATIONAL AMMUNITION: CALIBRE 7.62 X 35mm

  • Metropolitan Police Service - Commercial Services

F02: Contract notice

Notice identifier: 2021/S 000-004292

Procurement identifier (OCID): ocds-h6vhtk-029822

Published 3 March 2021, 7:14pm



Section one: Contracting authority

one.1) Name and addresses

Metropolitan Police Service - Commercial Services

2nd Floor Kilburn Police Station 38 Salisbury Road

Kilburn LONDON

NW6 6LT

Contact

Natalie Aumeer

Email

natalie.aumeer@met.police.uk

Telephone

+44 7525406594

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.met.police.uk/

Buyer's address

https://supplier.coupahost.com/sessions/new

one.3) Communication

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

https://supplier.coupahost.com/sessions/new

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplier.coupahost.com/sessions/new

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

MPS FRAMEWORK FOR SUPPLY OF OPERATIONAL AMMUNITION: CALIBRE 7.62 X 35mm

Reference number

SS2/18/18

two.1.2) Main CPV code

  • 35300000 - Weapons, ammunition and associated parts

two.1.3) Type of contract

Supplies

two.1.4) Short description

The contracting authority is tendering for the Supply and Delivery of Operational Ammunition -Calibres; 7.62mm x 35mm Subsonic and 7.62mm x 35mm Supersonic (also referred to as 300 Blackout).

The MPS/Authority is seeking through this tendering process to award a Framework Agreement with suitably capable Bidders to provide these Goods for a term of 48 months.

The ammunition will be available to other Police Forces and Law Enforcement agencies ("Participating Bodies") who are entitled to call-off from the Framework Agreement. Call-off agreements will be permitted for a maximum of four years and may be taken out at any point during the Framework term. For the avoidance of doubt a Call-off may be in force up to two years post the Framework Agreement expiry date (subject to them being put in place in good time prior to expiry). See additional information for more detail.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

LOT 1 - Operational Ammunition 7.62 x35mm Subsonic

Lot No

1

two.2.2) Additional CPV code(s)

  • 35330000 - Ammunition

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Authority is seeking through this Procurement Ammunition 7.62 x 35 mm calibre (300 BLK) Subsonic for operational use.

The primary objectives for Police Operational ammunition are:

• To minimise the danger to the innocent bystander through use of effective penetration and controlled expansion.

• To provide the Police Officer safety and efficiency through accuracy, reliability and consistent performance in all circumstances.

• To be of sufficient reliability and quality that an Officer has confidence that the ammunition will function when required.

All ammunition must meet the criteria as detailed in each Statement of Requirements and Specification documents as referenced in Invitation to Tender (ITT) Documents.

All Ammunition will be subject to MPS Ammunition Testing Methodology that is provide in ITT Documents. Testing will be conducted with the MPS Weapons systems (as detailed in weapons references) and MPS testing methods have been tailored to fit the scenarios to best fit our operating environment. This will be conducted as part of the ITT evaluation process.

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: £1,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The tender will require re-tendering after the end of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

There are Two (2) LOTS as detailed in the notice. The Authority will award to one (1) Bidder per LOT. All Bidders can submit tenders for any or all LOTs and can bid for multiple LOTS.

The MPS has provided within the Tender document estimated annual volumes. These are estimates based on historic spend and current requirements only.

The volumes are NOT guaranteed but just to give an indication of potential demand.

It should be noted, that the aim is that any framework agreement awarded via this tender will be open for other Participating Bodies to call off against.

Estimated volumes for potential other Participating Bodies are NOT presented in the ITT Documents. The estimated contract value range referenced in the Find a Tender notice has been inflated to accommodate estimated potential spend, should Participating Bodies use the Framework agreement.

The MPS and other UK police forces, emergency services, authorities and chief constables ("Participating Bodies") may wish to call off Goods from this framework on a non-exclusive basis. The Mayor's Office for Policing and Crime (MOPAC), as the Contracting Authority, is tendering for the supply of ammunition on behalf of the Metropolitan Police Service (MPS) and other beneficiaries listed within this Notice, the Participating Bodies. The contract will also be open to be accessed by all the following contracting authorities (who may require one, several or all of the Lots); (43 Police Forces in England and Wales and Police Forces in Northern Ireland and Scotland) and the other agencies listed below; Avon and Somerset Constabulary, Bedfordshire Police, British Transport Police, Cambridgeshire Constabulary, Cheshire Constabulary, City of London Police, Civil Nuclear Constabulary, Cleveland Police, Cumbria Constabulary, Derbyshire Constabulary, Devon and Cornwall Police, Dorset Police, Durham Constabulary, Dyfed-Powys Police, Essex Police, Gloucestershire Constabulary, Greater Manchester Police, Hampshire Constabulary, Hertfordshire Constabulary, Humberside Police, Kent Police, Lancashire Constabulary, Leicestershire Police, Lincolnshire Police, Merseyside Police, Ministry of Defence Police, National Crime Agency, Norfolk Constabulary, North Wales Police, Northamptonshire Police, Northumbria Police, North Yorkshire Police, Nottinghamshire Police, Police Service of Scotland, Police Scotland, Police Service of Northern Ireland, South Wales Police, South Yorkshire Police, Staffordshire Police, Suffolk Constabulary, Surrey Police, Sussex Police, Thames Valley Police, Warwickshire Police, West Mercia Police, West Midlands Police, West Yorkshire Police and Wiltshire Police, UK Border Agency, Home Office. List is taken from www.police.uk/forces/

two.2) Description

two.2.1) Title

LOT 2 Operational Ammunition - 7.62 x 35mm Supersonic

Lot No

2

two.2.2) Additional CPV code(s)

  • 35330000 - Ammunition

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Authority is seeking through this Procurement, Ammunition 7.62 x 35 mm calibre (300 BLK) Supersonic for operational use.

The primary objectives for Police Operational ammunition are:

• To minimise the danger to the innocent bystander through use of effective penetration and controlled expansion.

• To provide the Police Officer safety and efficiency through accuracy, reliability and consistent performance in all circumstances.

• To be of sufficient reliability and quality that an Officer has confidence that the ammunition will function when required.

All ammunition must meet the criteria as detailed in each Statement of Requirements and Specification documents as referenced in Invitation to Tender (ITT) Documents.

All Ammunition will be subject to MPS Ammunition Testing Methodology that is provide in ITT Documents. Testing will be conducted with the MPS Weapons systems (as detailed in weapons references) and MPS testing methods have been tailored to fit the scenarios to best fit our operating environment. This will be conducted as part of the ITT evaluation process.

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: £5,000,000

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

Duration in days

48

This contract is subject to renewal

Yes

Description of renewals

Will be re-tendered after Framework expires.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

There are Two (2) LOTS as detailed in the notice. The Authority will award to one (1) Bidder per LOT. All Bidders can submit tenders for any or all LOTs and can bid for multiple LOTS.

The MPS has provided within the Tender document estimated annual volumes. These are estimates based on historic spend and current requirements only.

The volumes are NOT guaranteed but just to give an indication of potential demand.

It should be noted, that the aim is that any framework agreement awarded via this tender will be open for other Participating Bodies to call off against.

Estimated volumes for potential other Participating Bodies are NOT presented in the ITT Documents. The estimated contract value range referenced in the Find a Tender notice has been inflated to accommodate estimated potential spend, should Participating Bodies use the Framework agreement.

The MPS and other UK police forces, emergency services, authorities and chief constables ("Participating Bodies") may wish to call off Goods from this framework on a non-exclusive basis. The Mayor's Office for Policing and Crime (MOPAC), as the Contracting Authority, is tendering for the supply of ammunition on behalf of the Metropolitan Police Service (MPS) and other beneficiaries listed within this Notice, the Participating Bodies. The contract will also be open to be accessed by all the following contracting authorities (who may require one, several or all of the Lots); (43 Police Forces in England and Wales and Police Forces in Northern Ireland and Scotland) and the other agencies listed below; Avon and Somerset Constabulary, Bedfordshire Police, British Transport Police, Cambridgeshire Constabulary, Cheshire Constabulary, City of London Police, Civil Nuclear Constabulary, Cleveland Police, Cumbria Constabulary, Derbyshire Constabulary, Devon and Cornwall Police, Dorset Police, Durham Constabulary, Dyfed-Powys Police, Essex Police, Gloucestershire Constabulary, Greater Manchester Police, Hampshire Constabulary, Hertfordshire Constabulary, Humberside Police, Kent Police, Lancashire Constabulary, Leicestershire Police, Lincolnshire Police, Merseyside Police, Ministry of Defence Police, National Crime Agency, Norfolk Constabulary, North Wales Police, Northamptonshire Police, Northumbria Police, North Yorkshire Police, Nottinghamshire Police, Police Service of Scotland, Police Scotland, Police Service of Northern Ireland, South Wales Police, South Yorkshire Police, Staffordshire Police, Suffolk Constabulary, Surrey Police, Sussex Police, Thames Valley Police, Warwickshire Police, West Mercia Police, West Midlands Police, West Yorkshire Police and Wiltshire Police, UK Border Agency, Home Office. List is taken from www.police.uk/forces/


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2017/S 242-502336

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 April 2021

Local time

4:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

10 April 2021

Local time

4:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice Strand, Holborn

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Metropolitan Police Service, Commercial Services

2nd Floor Kilburn Police Station 38 Salisbury Road

Kilburn London

NW6 6LT

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Proceedings must be brought within 30 days of the date on which the economic operator knew or ought to have known of the breach of duty owed to it by the contracting authority unless the court considers there is good reason for extending the period within which proceedings can be brought.