Contract notice

Information

Published

Date of dispatch of this notice: 20.2.2020

Expire date: 27.3.2020

External Reference: 2020-592717

TED Reference: 2020/S 039-093667

Contract notice

Aankondiging van een opdracht

Richtlijn 2014/24/EU

Afdeling I: Aanbestedende dienst

I.1)

Naam en adressen

Metropolitan Police Service
n/a
Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
UK
Contactpersoon: Natalie Aumeer
Telefoon: +44 2071611553
Internetadres(sen):
I.2)

Gezamenlijke aanbesteding

De opdracht wordt gegund door een aankoopcentrale
I.3)

Communicatie

De aanbestedingsstukken zijn rechtstreeks, volledig, onbeperkt en gratis beschikbaar op:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=32134&B=BLUELIGHT
Nadere inlichtingen zijn te verkrijgen op
het hierboven vermelde adres:  
Inschrijvingen of aanvragen tot deelneming moeten worden ingediend
Inschrijvingen of aanvragen tot deelneming moeten worden ingediend
het hierboven vermelde adres
I.4)

Soort aanbestedende dienst

Publiekrechtelijke instelling
I.5)

Hoofdactiviteit

Openbare orde en veiligheid

Afdeling II: Voorwerp

II.1)

Omvang van de aanbesteding

II.1.1)

Benaming

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

CPV-code hoofdcategorie

35300000  - 
II.1.3)

Type opdracht

Leveringen
II.1.4)

Korte beschrijving

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)

Geraamde totale waarde

Waarde zonder btw: 10000000.00  GBP
II.1.6)

Inlichtingen over percelen

Verdeling in percelen: ja
Inschrijvingen mogen worden ingediend voor  alle percelen
II.2)

Beschrijving

II.2.1)

Benaming

LOT 1 OPERATIONAL AMMUNITION 7.62 x 35mm (300 Blackout) Supersonic
Perceel nr.:  1
II.2.2)

Aanvullende CPV-code(s)

35330000  - 
II.2.3)

Plaats van uitvoering

Voornaamste plaats van uitvoering:  
UK
II.2.4)

Beschrijving van de aanbesteding

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)

Gunningscriteria

De prijs is niet het enige gunningscriterium en alle criteria worden enkel vermeld in de aanbestedingsdocumenten
II.2.6)

Geraamde waarde

Waarde zonder btw: 5000000.00  GBP
II.2.7)

Looptijd van de opdracht, de raamovereenkomst of het dynamische aankoopsysteem

Looptijd in maanden: 48
Deze opdracht kan worden verlengd: neen
II.2.9)

Inlichtingen over de beperkingen op het aantal gegadigden dat wordt uitgenodigd

Beoogd minimumaantal: 1  /  Maximumaantal: 6
Objectieve criteria voor de beperking van het aantal gegadigden:
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)

Inlichtingen over varianten

Varianten worden geaccepteerd: neen
II.2.11)

Inlichtingen over opties

Opties: neen
II.2.13)

Inlichtingen over middelen van de Europese Unie

De aanbesteding houdt verband met een project en/of een programma dat met middelen van de EU wordt gefinancierd: neen
II.2.14)

Nadere inlichtingen

See Tender Documents
II.2)

Beschrijving

II.2.1)

Benaming

LOT 2 OPERATIONAL AMMUNITION 5.56mm x 45 mm
Perceel nr.:  2
II.2.2)

Aanvullende CPV-code(s)

35330000  - 
II.2.3)

Plaats van uitvoering

Voornaamste plaats van uitvoering:  
UK
II.2.4)

Beschrijving van de aanbesteding

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)

Gunningscriteria

De prijs is niet het enige gunningscriterium en alle criteria worden enkel vermeld in de aanbestedingsdocumenten
II.2.6)

Geraamde waarde

Waarde zonder btw: 2000000.00  GBP
II.2.7)

Looptijd van de opdracht, de raamovereenkomst of het dynamische aankoopsysteem

Looptijd in maanden: 48
Deze opdracht kan worden verlengd: neen
II.2.9)

Inlichtingen over de beperkingen op het aantal gegadigden dat wordt uitgenodigd

Beoogd minimumaantal: 1  /  Maximumaantal: 6
Objectieve criteria voor de beperking van het aantal gegadigden:
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)

Inlichtingen over varianten

Varianten worden geaccepteerd: neen
II.2.11)

Inlichtingen over opties

Opties: neen
II.2.13)

Inlichtingen over middelen van de Europese Unie

De aanbesteding houdt verband met een project en/of een programma dat met middelen van de EU wordt gefinancierd: neen
II.2.14)

Nadere inlichtingen

See Tender Documents
II.2)

Beschrijving

II.2.1)

Benaming

LOT 3 OPERATIONAL AMMUNITION 7.62mm x 35mm (300 BlackOut) Subsonic
Perceel nr.:  3
II.2.2)

Aanvullende CPV-code(s)

35330000  - 
II.2.3)

Plaats van uitvoering

Voornaamste plaats van uitvoering:  
UK
II.2.4)

Beschrijving van de aanbesteding

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)

Gunningscriteria

De prijs is niet het enige gunningscriterium en alle criteria worden enkel vermeld in de aanbestedingsdocumenten
II.2.6)

Geraamde waarde

Waarde zonder btw: 1000000.00  GBP
II.2.7)

Looptijd van de opdracht, de raamovereenkomst of het dynamische aankoopsysteem

Looptijd in maanden: 48
Deze opdracht kan worden verlengd: neen
II.2.9)

Inlichtingen over de beperkingen op het aantal gegadigden dat wordt uitgenodigd

Beoogd minimumaantal: 1  /  Maximumaantal: 6
Objectieve criteria voor de beperking van het aantal gegadigden:
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)

Inlichtingen over varianten

Varianten worden geaccepteerd: neen
II.2.11)

Inlichtingen over opties

Opties: neen
II.2.13)

Inlichtingen over middelen van de Europese Unie

De aanbesteding houdt verband met een project en/of een programma dat met middelen van de EU wordt gefinancierd: neen
II.2.14)

Nadere inlichtingen

See Tender Documents
II.2)

Beschrijving

II.2.1)

Benaming

LOT 4 OPERATIONAL AMMUNITION 9mm x 19mm
Perceel nr.:  4
II.2.2)

Aanvullende CPV-code(s)

35330000  - 
II.2.3)

Plaats van uitvoering

Voornaamste plaats van uitvoering:  
UK
II.2.4)

Beschrijving van de aanbesteding

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)

Gunningscriteria

De prijs is niet het enige gunningscriterium en alle criteria worden enkel vermeld in de aanbestedingsdocumenten
II.2.6)

Geraamde waarde

Waarde zonder btw: 500000.00  GBP
II.2.7)

Looptijd van de opdracht, de raamovereenkomst of het dynamische aankoopsysteem

Looptijd in maanden: 48
Deze opdracht kan worden verlengd: neen
II.2.9)

Inlichtingen over de beperkingen op het aantal gegadigden dat wordt uitgenodigd

Beoogd minimumaantal: 1  /  Maximumaantal: 6
Objectieve criteria voor de beperking van het aantal gegadigden:
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)

Inlichtingen over varianten

Varianten worden geaccepteerd: neen
II.2.11)

Inlichtingen over opties

Opties: neen
II.2.13)

Inlichtingen over middelen van de Europese Unie

De aanbesteding houdt verband met een project en/of een programma dat met middelen van de EU wordt gefinancierd: neen
II.2.14)

Nadere inlichtingen

See Tender Documents

Afdeling III: Juridische, economische, financiële en technische inlichtingen

III.1)

Voorwaarden voor deelneming

III.1.2)

Economische en financiële draagkracht

Selectiecriteria zoals vermeld in de aanbestedingsstukken
III.1.3)

Technische en beroepsbekwaamheid

Selectiecriteria zoals vermeld in de aanbestedingsstukken
III.2)

Voorwaarden met betrekking tot de opdracht

III.2.2)

Voorwaarden inzake de uitvoering van de opdracht

See Tender Documents

Afdeling IV: Procedure

IV.1)

Beschrijving

IV.1.1)

Type procedure

Niet-openbare procedure
IV.1.3)

Inlichtingen over een raamovereenkomst of dynamisch aankoopsysteem

De aanbesteding betreft het sluiten van een raamovereenkomst
Raamovereenkomst met meerdere ondernemingen
Beoogd maximumaantal deelnemers aan de raamovereenkomst:  4
IV.1.8)

Inlichtingen over de Overeenkomst inzake overheidsopdrachten (GPA)

De opdracht valt onder de GPA : ja
IV.2)

Administratieve inlichtingen

IV.2.1)

Eerdere bekendmaking betreffende deze procedure

Nummer van de aankondiging in het PB S: 2017/S 242-502336
IV.2.2)

Termijn voor ontvangst van inschrijvingen of deelnemingsaanvragen

Datum:  24-3-2020
Plaatselijke tijd:  12:00
IV.2.3)

Geraamde datum van verzending van uitnodigingen tot inschrijving of deelneming aan geselecteerde gegadigden

Datum: 29-4-2020
IV.2.4)

Talen die mogen worden gebruikt bij het indienen van inschrijvingen of aanvragen tot deelneming

[Language_EN]
IV.2.6)

Minimumtermijn gedurende welke de inschrijver zijn inschrijving gestand moet doen

Looptijd in maanden : 9  (vanaf de datum van ontvangst van de inschrijving)

Afdeling VI: Aanvullende inlichtingen

VI.1)

Inlichtingen over periodiciteit

Periodieke opdracht:  ja
Tijdstip waarop naar verwachting nieuwe aankondigingen worden bekendgemaakt:  
2025
VI.2)

Inlichtingen over elektronische workflows

Er wordt gebruikgemaakt van elektronische orderplaatsing
Elektronische facturering wordt aanvaard
Er wordt gebruikgemaakt van elektronische betalingen
VI.3)

Nadere inlichtingen

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)

Beroepsprocedures

VI.4.1)

Beroepsinstantie

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

VI.4.2)

Voor bemiddelingsprocedures bevoegde instantie

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)

Beroepsprocedure

Precieze aanduiding van de termijn(en) voor beroepsprocedures: 
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)

Dienst waar inlichtingen over de beroepsprocedures kunnen worden verkregen

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