II.1)
Scope of the procurement
MPS FRAMEWORK FOR SUPPLY AND DELIVERY OF OPERATIONAL AMMUNITION
Reference number:
SS2/18/18
35300000
-
Weapons, ammunition and associated parts
Supplies
II.1.4)
Short description
The Authority as the contracting authority is tendering for the Supply and Delivery of Operational Ammunition – Various Calibres; 7.62mm x 35mm (300 Black) Supersonic, 5.56mm x 45 mm, 7.62mm x 35mm (300 Black) Subsonic, 9mm x 19mm.
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.
II.1.5)
Estimated total value
Value excluding VAT: 10000000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
all lots
LOT 1 OPERATIONAL AMMUNITION 7.62 x 35mm (300 Blackout) Supersonic
Lot No:
1
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
Main site or place of performance:
UK
II.2.4)
Description of the procurement
Supply and Delivery of Operational Ammunition 7.62 x 35mm (300 Blackout) Supersonic.
All ammunition for the MPS should:
• Be of excellent quality and reliability
• Have a stable and consistent trajectory performance;
• Have accurate and consistent impact performance;
• Have consistent and appropriate target penetration characteristics;
• Be compatible for use with existing MPS (fully referenced in Weapons Reference Section of each Technical Specification)
All ammunition must meet the criteria as detailed in each Technical and Requirements and Specification documents as referenced in the Invitation to Tender (ITT) Documents.
Ammunition will be subject to MPS Trial Testing (Document Ref: PPG-RPT-18040) with our own MPS Weapons systems and MPS scenarios to best fit our operating environment. This will be conducted on Bidder samples as part of the Invitation to Tender Section process.
High Level Requirements
The MPS requires various calibre’s of ammunition for operational use. The primary objectives for Police operational ammunition is:
• To minimise the danger to the innocent through use of effective penetration and controlled expansion/hydraulic displacement.
• To provide the Police Officer safety and efficiency through accuracy, reliability and consistent performance in all circumstances.
The General Technical Requirements are as listed below:
I. Shall conform to all dimensional specifications and performance standards recommended by the SAAMI and must be certified by C.I.P. including up to +P pressures.
II. All ammunition will be compatible with and safe to use in weapons built to C.I.P., SAAMI, MIL and NATO specifications.
III. Must be compatible for use with weapons currently in use within the MPS – see Specifications - ‘Reference Weapons.
IV. The manual extraction of chambered ammunition must be possible by hand.
V. The ammunition must not cause damage to the weapon.
VI. Operational ammunition shall have a bullet that retains its effectiveness after penetrating designated barrier materials.
VII. Operational ammunition shall use a low flash propellant.
VIII. Propellant shall be clean burning; not leaving substantial fouling or powder residue in the firearm.
IX. Must be of sufficient reliability and quality that an Officer has confidence that the ammunition will function when required.
X. Operational ammunition shall be capable of achieving rapid incapacitation.
XI. Shall be suitably accurate and consistent when fired from operational weapons at designated ranges of engagement.
XII. Shall not, by nature of its combustion products, create a health hazard to the user.
XIII. Shall conform with or exceed “NPCC Armed Professional Practice Police use of Firearms guidance” 2008 DSTL.
And as otherwise set out in full within the ITT documents.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 5000000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number:
1
/
Maximum number:
6
Objective criteria for choosing the limited number of candidates:
The Authority/MPS will invite between a minimum of 1 and a maximum of 6 of the highest scoring Candidates per LOT to move the next stage of the process and submit a tender in response to the ITT.
Further details see ITT Documents.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
no
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
LOT 2 OPERATIONAL AMMUNITION 5.56mm x 45 mm
Lot No:
2
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
Main site or place of performance:
UK
II.2.4)
Description of the procurement
Supply and Delivery of Operational Ammunition 5.56mm x 45 mm Calibre.
All ammunition for the MPS should:
• Be of excellent quality and reliability
• Have a stable and consistent trajectory performance;
• Have accurate and consistent impact performance;
• Have consistent and appropriate target penetration characteristics;
• Be compatible for use with existing MPS (fully referenced in Weapons Reference Section of each Technical Specification)
All ammunition must meet the criteria as detailed in each Technical and Requirements and Specification documents as referenced in the Invitation to Tender (ITT) Documents.
Ammunition will be subject to MPS Trial Testing (Document Ref: PPG-RPT-18040) with our own MPS Weapons systems and MPS scenarios to best fit our operating environment. This will be conducted on Bidder samples as part of the Invitation to Tender Section process.
High Level Requirements
The MPS requires various calibre’s of ammunition for operational use. The primary objectives for Police operational ammunition is:
• To minimise the danger to the innocent through use of effective penetration and controlled expansion/hydraulic displacement.
• To provide the Police Officer safety and efficiency through accuracy, reliability and consistent performance in all circumstances.
The General Technical Requirements are as listed below:
I. Shall conform to all dimensional specifications and performance standards recommended by the SAAMI and must be certified by C.I.P. including up to +P pressures.
II. All ammunition will be compatible with and safe to use in weapons built to C.I.P., SAAMI, MIL and NATO specifications.
III. Must be compatible for use with weapons currently in use within the MPS – see Specifications - ‘Reference Weapons.
IV. The manual extraction of chambered ammunition must be possible by hand.
V. The ammunition must not cause damage to the weapon.
VI. Operational ammunition shall have a bullet that retains its effectiveness after penetrating designated barrier materials.
VII. Operational ammunition shall use a low flash propellant.
VIII. Propellant shall be clean burning; not leaving substantial fouling or powder residue in the firearm.
IX. Must be of sufficient reliability and quality that an Officer has confidence that the ammunition will function when required.
X. Operational ammunition shall be capable of achieving rapid incapacitation.
XI. Shall be suitably accurate and consistent when fired from operational weapons at designated ranges of engagement.
XII. Shall not, by nature of its combustion products, create a health hazard to the user.
XIII. Shall conform with or exceed “NPCC Armed Professional Practice Police use of Firearms guidance” 2008 DSTL.
And as otherwise set out in full within the ITT documents.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 2000000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number:
1
/
Maximum number:
6
Objective criteria for choosing the limited number of candidates:
The Authority/MPS will invite between a minimum of 1 and a maximum of 6 of the highest scoring Candidates per LOT to move the next stage of the process and submit a tender in response to the ITT.
Further details see ITT Documents.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
no
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
LOT 3 OPERATIONAL AMMUNITION 7.62mm x 35mm (300 BlackOut) Subsonic
Lot No:
3
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
Main site or place of performance:
UK
II.2.4)
Description of the procurement
Supply and Delivery of Operational Ammunition 7.62mm x 35mm (300 Blackout) Subsonic
All ammunition for the MPS should:
• Be of excellent quality and reliability
• Have a stable and consistent trajectory performance;
• Have accurate and consistent impact performance;
• Have consistent and appropriate target penetration characteristics;
• Be compatible for use with existing MPS (fully referenced in Weapons Reference Section of each Technical Specification)
All ammunition must meet the criteria as detailed in each Technical and Requirements and Specification documents as referenced in the Invitation to Tender (ITT) Documents.
Ammunition will be subject to MPS Trial Testing (Document Ref: PPG-RPT-18040) with our own MPS Weapons systems and MPS scenarios to best fit our operating environment. This will be conducted on Bidder samples as part of the Invitation to Tender Section process.
High Level Requirements
The MPS requires various calibre’s of ammunition for operational use. The primary objectives for Police operational ammunition is:
• To minimise the danger to the innocent through use of effective penetration and controlled expansion/hydraulic displacement.
• To provide the Police Officer safety and efficiency through accuracy, reliability and consistent performance in all circumstances.
The General Technical Requirements are as listed below:
I. Shall conform to all dimensional specifications and performance standards recommended by the SAAMI and must be certified by C.I.P. including up to +P pressures.
II. All ammunition will be compatible with and safe to use in weapons built to C.I.P., SAAMI, MIL and NATO specifications.
III. Must be compatible for use with weapons currently in use within the MPS – see Specifications - ‘Reference Weapons.
IV. The manual extraction of chambered ammunition must be possible by hand.
V. The ammunition must not cause damage to the weapon.
VI. Operational ammunition shall have a bullet that retains its effectiveness after penetrating designated barrier materials.
VII. Operational ammunition shall use a low flash propellant.
VIII. Propellant shall be clean burning; not leaving substantial fouling or powder residue in the firearm.
IX. Must be of sufficient reliability and quality that an Officer has confidence that the ammunition will function when required.
X. Operational ammunition shall be capable of achieving rapid incapacitation.
XI. Shall be suitably accurate and consistent when fired from operational weapons at designated ranges of engagement.
XII. Shall not, by nature of its combustion products, create a health hazard to the user.
XIII. Shall conform with or exceed “NPCC Armed Professional Practice Police use of Firearms guidance” 2008 DSTL.
And as otherwise set out in full within the ITT documents.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 1000000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number:
1
/
Maximum number:
6
Objective criteria for choosing the limited number of candidates:
The Authority/MPS will invite between a minimum of 1 and a maximum of 6 of the highest scoring Candidates per LOT to move the next stage of the process and submit a tender in response to the ITT.
Further details see ITT Documents.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
no
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
LOT 4 OPERATIONAL AMMUNITION 9mm x 19mm
Lot No:
4
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
Main site or place of performance:
UK
II.2.4)
Description of the procurement
Supply and Delivery of Operational Ammunition 9mm x 19mm.
All ammunition for the MPS should:
• Be of excellent quality and reliability
• Have a stable and consistent trajectory performance;
• Have accurate and consistent impact performance;
• Have consistent and appropriate target penetration characteristics;
• Be compatible for use with existing MPS (fully referenced in Weapons Reference Section of each Technical Specification)
All ammunition must meet the criteria as detailed in each Technical and Requirements and Specification documents as referenced in the Invitation to Tender (ITT) Documents.
Ammunition will be subject to MPS Trial Testing (Document Ref: PPG-RPT-18040) with our own MPS Weapons systems and MPS scenarios to best fit our operating environment. This will be conducted on Bidder samples as part of the Invitation to Tender Section process.
High Level Requirements
The MPS requires various calibre’s of ammunition for operational use. The primary objectives for Police operational ammunition is:
• To minimise the danger to the innocent through use of effective penetration and controlled expansion/hydraulic displacement.
• To provide the Police Officer safety and efficiency through accuracy, reliability and consistent performance in all circumstances.
The General Technical Requirements are as listed below:
I. Shall conform to all dimensional specifications and performance standards recommended by the SAAMI and must be certified by C.I.P. including up to +P pressures.
II. All ammunition will be compatible with and safe to use in weapons built to C.I.P., SAAMI, MIL and NATO specifications.
III. Must be compatible for use with weapons currently in use within the MPS – see Specifications - ‘Reference Weapons.
IV. The manual extraction of chambered ammunition must be possible by hand.
V. The ammunition must not cause damage to the weapon.
VI. Operational ammunition shall have a bullet that retains its effectiveness after penetrating designated barrier materials.
VII. Operational ammunition shall use a low flash propellant.
VIII. Propellant shall be clean burning; not leaving substantial fouling or powder residue in the firearm.
IX. Must be of sufficient reliability and quality that an Officer has confidence that the ammunition will function when required.
X. Operational ammunition shall be capable of achieving rapid incapacitation.
XI. Shall be suitably accurate and consistent when fired from operational weapons at designated ranges of engagement.
XII. Shall not, by nature of its combustion products, create a health hazard to the user.
XIII. Shall conform with or exceed “NPCC Armed Professional Practice Police use of Firearms guidance” 2008 DSTL.
And as otherwise set out in full within the ITT documents.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 500000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number:
1
/
Maximum number:
6
Objective criteria for choosing the limited number of candidates:
The Authority/MPS will invite between a minimum of 1 and a maximum of 6 of the highest scoring Candidates per LOT to move the next stage of the process and submit a tender in response to the ITT.
Further details see ITT Documents.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
no
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information