Opportunity

1599 - Mobile Judgement Ranges

  • Metropolitan Police Service

F02: Contract notice

Notice reference: 2024/S 000-010877

Published 4 April 2024, 10:21am



Section one: Contracting authority

one.1) Name and addresses

Metropolitan Police Service

New Scotland Yard,Victoria Embankment

LONDON

SW1A2JL

Contact

Graham Colledge

Email

graham.colledge@met.police.uk

Telephone

+44 7769887917

Country

United Kingdom

NUTS code

UKI32 - Westminster

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://metpolice.coupahost.com/quotes/requests/1599

one.3) Communication

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

https://metpolice.coupahost.com/quotes/requests/1599

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://metpolice.coupahost.com/quotes/requests/1599

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

1599 - Mobile Judgement Ranges

Reference number

1599

two.1.2) Main CPV code

  • 48500000 - Communication and multimedia software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Metropolitan Police Service are looking for a Mobile Judgement Range to assist in training of our armed officers.

We will therefore be publishing a tender for the supply of a mobile Laser Judgement Range (the Goods) for the MPS. The MPS/Authority is seeking through this tendering process to set up a supply framework with a suitably capable Bidder to provide these Goods for an initial term of 48 months.

Additionally, subject to future budget approval, the winning bidder may be asked to provide additional mobile judgement ranges (to the same/similar specification) to be used within other areas of the business. This is not a guarantee, but bidders should be aware of the possibility

two.1.5) Estimated total value

Value excluding VAT: £161,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48500000 - Communication and multimedia software package

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

This is an open competition, where we will select the top three (3) suppliers from the SSQ to go forward to the ITT and remote product demonstration, where the most suitable bidder will be selected.

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: £161,000

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

Duration in months

48

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: Yes

Description of options

Where a suitable candidate is selected, further judgement range purchases could be possible but are subject to internal funding sign off. Should further ranges be required, the Authority reserves the right to extend the duration of the agreement by up to 12 months to secure.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

This opportunity is open to all.

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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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 a single operator

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

Date

7 May 2024

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

four.2.7) Conditions for opening of tenders

Date

8 May 2024

Local time

9:00am


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

Metropolitan Police Service

London

Country

United Kingdom