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
Telephone
+44 7525406594
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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.