Section one: Contracting authority
one.1) Name and addresses
City of London Corporation
Guildhall
London
EC2P 2EJ
Mitchell.Walker@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.cityoflondon.gov.uk
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
City of London Police Carbine Weapon System and Warranty Services
Reference number
prj_COL_22190 or itt_COL_18588
two.1.2) Main CPV code
- 35300000 - Weapons, ammunition and associated parts
two.1.3) Type of contract
Supplies
two.1.4) Short description
Suppliers will be required to complete, sign, date and return Non Disclosure Agreement (NDA) via the portal before accessing the Tender Pack/Documents. The NDA can be found within the 'attachments' section. Please download the NDA, sign and return via the messaging portal within the ITT (itt_COL_18588). Please only complete the sections in red text.
The City of London Police (CoLP) need to replace their entire fleet of 115 H&K G36 carbines with a carbine and sighting system better suited to the modern ARV workforce operating in the densely built-up urban environment of the City of London.
The sighting system has already been procured but will be used in line with the carbines, as part of the practical assessment of this procurement, as detailed within the 'Technical Response Document''.
The City of London Police (CoLP) is seeking to procure several carbine firearms suited to the modern ARV workforce operating in the densely built-up urban environment of the City of London.
two.1.5) Estimated total value
Value excluding VAT: £340,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35310000 - Miscellaneous weapons
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
City of London Police premises, 182 Bishopsgate, London EC2M 4NP.
City of London, by Armed Response Vehicle (ARV) officers.
two.2.4) Description of the procurement
“The Tactical Firearms Group (TFG) provides around-the-clock armed response and specialised support for a range of operational needs, including both spontaneous and planned police activities.
The unit comprises two key functions, operational response, and training, which collectively serve the force and broader community.
Core support and services include:
• Armed Response and Protective Escort
• Public Space Protection Initiatives
• Secure and Specialist Transport
• Entry Methods and Security Guidance
• Firearms and Taser Training
The contract will run for an initial period of 10 years, as permitted by the applicable terms.
The estimated contract value of £340,000 considers the entire duration, with a primary focus on spending in the first 12 months to establish key provisions.
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: £340,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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
two.2.14) Additional information
Please note that the signing and completion of an NDA is required to be sent via the messaging portal of the ITT prior to the Tender Pack being issued.
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
As stated within the procurement documents.
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.2.2) Contract performance conditions
As stated within the procurement documents.
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 December 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: 84 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 December 2024
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.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated value given at II.2.6) is for the full duration of the contract. The estimated contract value is £340,000.
Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below.
The procurement is being run as a one stage process under the open procedure and therefore, if your organisation would like to participate in this tender exercise, it can by completing and returning the Qualification Envelope and the Invitation To Tender documents which can be found on the City's e-procurement portal at: www.capitalesourcing.com with the Reference number: prj_COL_22190 or itt_COL_18588.
Organisations must submit their completed Qualification Envelope and Invitation to Tender documents, via the system by the return deadline in order to participate and registration is free. Qualification Envelopes and Invitation to Tender (ITT) documents cannot be uploaded after the return deadline.
The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Qualification Envelopes and Invitation to Tender (ITT) documents.
The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.
The procurement process that will apply to the requirement is specified in the procurement documents accordingly.
Please note that the signing and completion of an NDA is required to be sent via the messaging portal of the ITT prior to the Tender Pack being issued.
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom