Contract notice

Information

Published

Date of dispatch of this notice: 20/02/2020

Expire date: 27/03/2020

External Reference: 2020-592717

TED Reference: 2020/S 039-093667

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Metropolitan Police Service
n/a
Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
UK
Contact person: Natalie Aumeer
Telephone: +44 2071611553
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=32134&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

MPS FRAMEWORK FOR SUPPLY AND DELIVERY OF OPERATIONAL AMMUNITION
Reference number:  SS2/18/18
II.1.2)

Main CPV code

35300000  -  Weapons, ammunition and associated parts
II.1.3)

Type of contract

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
II.2)

Description

II.2.1)

Title

LOT 1 OPERATIONAL AMMUNITION 7.62 x 35mm (300 Blackout) Supersonic
Lot No:  1
II.2.2)

Additional CPV code(s)

35330000  -  Ammunition
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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

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

See Tender Documents
II.2)

Description

II.2.1)

Title

LOT 2 OPERATIONAL AMMUNITION 5.56mm x 45 mm
Lot No:  2
II.2.2)

Additional CPV code(s)

35330000  -  Ammunition
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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

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

See Tender Documents
II.2)

Description

II.2.1)

Title

LOT 3 OPERATIONAL AMMUNITION 7.62mm x 35mm (300 BlackOut) Subsonic
Lot No:  3
II.2.2)

Additional CPV code(s)

35330000  -  Ammunition
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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

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

See Tender Documents
II.2)

Description

II.2.1)

Title

LOT 4 OPERATIONAL AMMUNITION 9mm x 19mm
Lot No:  4
II.2.2)

Additional CPV code(s)

35330000  -  Ammunition
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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

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

See Tender Documents

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

See Tender Documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  4
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 242-502336
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  24/03/2020
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 29/04/2020
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 9  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2025
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Lots and Access to Framework
There are four (4) LOTS as detailed in the notice. The Authority will award to one (1) Bidder per LOT. All Bidders can submit tenders for any or all LOTs and can bid for multiple LOTS.
The MPS has provided within the Tender document estimated annual volumes. These are estimates based on historic spend and current requirements only. The volumes are NOT guaranteed but just to give an indication of potential demand.
It should be noted, that the aim is that any framework agreement awarded via this tender will be open for other Participating Bodies to call off against.
Estimated volumes for potential other Participating Bodies are NOT presented in the ITT Documents. As a general guide, the MPS often multiply our estimated volumes by three to reflect other participant’s potential demand. However, this has not been done in this case due to complexity and difference in weapons systems used by different Police forces. However, the estimated contract value range referenced in the OJEU notice has been inflated to accommodate potential spend, should Participating Bodies use the Framework agreement.
The MPS and other UK police forces, emergency services, authorities and chief constables (“Participating Bodies”) may wish to call off Goods from this framework on a non-exclusive basis.
The Mayor's Office for Policing and Crime (MOPAC), as the Contracting Authority, is tendering for the supply of ammunition on behalf of the Metropolitan Police Service (MPS) and other beneficiaries listed within this Notice, the Participating Bodies.
The contract will also be open to be accessed by the following contracting authorities (who may require one, several or all of the Lots);
(43 Police Forces in England and Wales and Police Forces in Northern Ireland and Scotland) and the other agencies listed below;
Avon and Somerset Constabulary, Bedfordshire Police, British Transport Police, Cambridgeshire Constabulary, Cheshire Constabulary, City of London Police, Civil Nuclear Constabulary, Cleveland Police, Cumbria Constabulary, Derbyshire Constabulary, Devon and Cornwall Police, Dorset Police, Durham Constabulary, Dyfed-Powys Police, Essex Police, Gloucestershire Constabulary, Greater Manchester Police, Hampshire Constabulary, Hertfordshire Constabulary, Humberside Police, Kent Police, Lancashire Constabulary, Leicestershire Police, Lincolnshire Police, Merseyside Police, Ministry of Defence Police, National Crime Agency, Norfolk Constabulary, North Wales Police, Northamptonshire Police, Northumbria Police, North Yorkshire Police, Nottinghamshire Police, Police Service of Scotland, Police Scotland, Police Service of Northern Ireland, South Wales Police, South Yorkshire Police, Staffordshire Police, Suffolk Constabulary, Surrey Police, Sussex Police, Thames Valley Police, Warwickshire Police, West Mercia Police, West Midlands Police, West Yorkshire Police and Wiltshire Police, UK Border Agency, Home Office.
List is taken from www.police.uk/forces/
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
Royal Courts of Justice Strand, Holborn
London
WC2A 2LL
UK
Telephone: +44 2079476000

VI.4.2)

Body responsible for mediation procedures

The Mayors Officer for Policing and Crime
Metropolitan Police Service, Commercial Services, Empress State Building, Earls Court, Lillie Road
London
SW6 1TR
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Proceedings must be brought within 30 days of the date on which the economic operator knew or ought to have known of the breach of duty owed to it by the contracting authority unless the court considers there is good reason for extending the period within which proceedings can be brought.
VI.4.4)

Service from which information about the review procedure may be obtained

High Court of England and Wales
Royal Courts of Justice, Strand, Holborn
London
WC2A 2LL
UK
Telephone: +44 2079476000