Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Metropolitan Police Service
New Scotland Yard,Victoria Embankment
LONDON
SW1A2JL
UK
Contact person: Robert Friend
E-mail: robert.friend@met.police.uk
NUTS: UKI32
Internet address(es)
Main address: https://www.met.police.uk/
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://supplier.coupahost.com/quotes/public_events?customer=metpolice
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplier.coupahost.com/quotes/public_events?customer=metpolice
Tenders or requests to participate must be sent 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
NATIONAL SUPPLY OF EVIDENTIAL SCREENING DEVICES (TYPE APPROVED) AND ASSOCIATED MAINTENANCE AND REPAIR SERVICES
II.1.2) Main CPV code
44611200
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Authority as the contracting authority is tendering a Policing framework for the supply of Evidential Screening Devices (Type Approved) and associated maintenance and repair services (the Goods) to the MPS. The MPS/Authority is seeking through this tendering process to set up a supply framework with a suitably capable supplier to provide the above goods and services for a term of 48 months. Authorities eligible to call off from this framework include the Metropolitan Police Service (MPS), police authorities for UK police forces and the Fire and Rescue Service. Only Home Office Type Approved Suppliers can submit a bid.
The estimated total contract value for the MOPAC requirement is £400,000 excluding VAT
The Contractor will supply;
1550 Home Office Type Approved Evidential Screening Devices to enforce Sec 5 RTA 1988 within England and Wales and the following accessories and consumables;
a) Accuracy Check and Recalibration Equipment.
b) Download Software (format suitable to be uploaded to the MPS digital framework).
c) Breath test tubes
d) pouches for holding and protecting the Device which are suitable for attaching to a belt carrier or uniform (with the option of using click fast fasteners).
II.1.5) Estimated total value
Value excluding VAT:
1 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
43411000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
THE SUPPLY OF EVIDENTIAL SCREENING DEVICES (TYPE APPROVED) AND REPAIR SERVICES
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:
1 000 000.00
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
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/07/2024
Local time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
12/07/2024
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
07/06/2024