Tender

City of London Police Carbine Weapon System and Warranty Services

  • City of London Corporation

F02: Contract notice

Notice identifier: 2024/S 000-037848

Procurement identifier (OCID): ocds-h6vhtk-04be11

Published 22 November 2024, 2:54pm



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Email

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

www.capitalesourcing.com

one.3) Communication

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

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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

www.capitalesourcing.com

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