Key information
Executive summary
This paper requests approval to award a contract to Jaguar Land Rover (JLR) for the supply of up to a maximum of 30 Response 4x4 Protection Extreme Off-road vehicles for 24 months. The contract value is £1,644,400 and includes a 5% contingency to allow for possible future changes in the unit cost of the vehicles.
Recommendation
The DMPC is asked to approve the contract award to Jaguar Land Rover for the supply of up to a maximum of 30 Response 4x4 Protection Extreme Off-road vehicles for 24 months at a contract value of £1,664,400. The contract value is inclusive of a 5% contingency.
Non-confidential facts and advice to the Deputy Mayor for Policing and Crime (DMPC)
1. Introduction and background
1.1 In April 2016, the Counter Terrorist Capital sub-group agreed to uplift the Royalty and Specialist Protection (RaSP) fleet and the required funding. The uplift was deemed necessary due to the increased threat of terrorism and to deliver scheduled replacements via the Annual Replacement Programme.
1.2 The proposal supports the objectives of the One Met Model Fleet Strategy by procuring vehicles that operationally are fit for purpose. The contract also allows the MPS to make changes to suit operational requirements as well as not committing the MPS to purchase more vehicles than are needed.
2. Issues for consideration
2.1. Due to the confidential nature of the proposal the detail is held in Part 2
3. Financial Comments
3.1. The cost of £1,664,400 will be funded from the Counter Terrorist Policing Grant. The contract is structured to offer no guaranteed volumes and will allow flexibility to fulfil the demand needs shown below. The cost of the vehicles:
• Additional vehicles for the RaSP Armed Uplift – 11 vehicles values at £600k
• Vehicle Replacement Programme – 11 vehicles valued at £600k
• Replacement of unforeseen write offs and fleet changes – 8 vehicles valued at £400k.
3.2. A contingency of 5% has been included in the contract price of £1,664,400 to allow for additional surge or replacements due to write off. This will help guard against future changes in the product that may increase the unit cost.
3.3. The MPS is working towards improving value for money for its fleet and has developed a strategy to work closely with vehicle manufacturers. This creates greater commitment between the MPS and vehicle manufacturers and helps to ensure greater consistency of supply as manufacturers are more enable to schedule the run of an existing model, or provide access to end of model versions at lower cost.
3.4. The result of this strategy has achieved a lower cost of £140k based on a mini competition compared to the Crown Commercial Services (CCS) price. This equates to a further discount of 7.5% on the CCS Framework.
4. Legal Comments
4.1. The recommendation can be lawfully approved in accordance with MOPAC Contract Regulations and EU/UK Procurement law.
4.2. In accordance with the MOPAC Scheme of Consent and Delegation approval is required by the Deputy Mayor for Policing and Crime for all MPS requests to go out to tender for contracts of £500,000 or above, and to approve contract exemptions (such as direct awards).
5. Equality Comments
5.1. There are no direct equality issues arising from this proposal.
6. Background/supporting papers
6.1. None.
Signed decision document
PCD 157