Tender

NATIONAL SUPPLY OF EVIDENTIAL SCREENING DEVICES (TYPE APPROVED) AND ASSOCIATED MAINTENANCE AND REPAIR SERVICES

  • Metropolitan Police Service

F02: Contract notice

Notice identifier: 2024/S 000-017740

Procurement identifier (OCID): ocds-h6vhtk-046e58

Published 7 June 2024, 2:22pm



Section one: Contracting authority

one.1) Name and addresses

Metropolitan Police Service

New Scotland Yard,Victoria Embankment

LONDON

SW1A2JL

Contact

Robert Friend

Email

robert.friend@met.police.uk

Country

United Kingdom

Region code

UKI32 - Westminster

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

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

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://supplier.coupahost.com/quotes/public_events?customer=metpolice

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplier.coupahost.com/quotes/public_events?customer=metpolice

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

NATIONAL SUPPLY OF EVIDENTIAL SCREENING DEVICES (TYPE APPROVED) AND ASSOCIATED MAINTENANCE AND REPAIR SERVICES

two.1.2) Main CPV code

  • 44611200 - Breathing apparatus

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Authority as the contracting authority is tendering a Policing framework for the supply of Evidential Screening Devices (Type Approved) and associated maintenance and repair services (the Goods) to the MPS. The MPS/Authority is seeking through this tendering process to set up a supply framework with a suitably capable supplier to provide the above goods and services for a term of 48 months. Authorities eligible to call off from this framework include the Metropolitan Police Service (MPS), police authorities for UK police forces and the Fire and Rescue Service. Only Home Office Type Approved Suppliers can submit a bid.

The estimated total contract value for the MOPAC requirement is £400,000 excluding VAT

The Contractor will supply;

1550 Home Office Type Approved Evidential Screening Devices to enforce Sec 5 RTA 1988 within England and Wales and the following accessories and consumables;

a) Accuracy Check and Recalibration Equipment.

b) Download Software (format suitable to be uploaded to the MPS digital framework).

c) Breath test tubes

d) pouches for holding and protecting the Device which are suitable for attaching to a belt carrier or uniform (with the option of using click fast fasteners).

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 43411000 - Sorting and screening machines

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

THE SUPPLY OF EVIDENTIAL SCREENING DEVICES (TYPE APPROVED) AND REPAIR SERVICES

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

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


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

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

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 a single operator

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

11 July 2024

Local time

11:00am

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

12 July 2024

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom