CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC) |
Elm 3, NH4 #4325, MOD Abbey Wood, Filton |
Bristol |
BS34 8JH |
UK |
Nick Clarke
|
+44 3067937585 |
Nick.Clarke425@mod.gov.uk |
|
https://www.gov.uk/government/organisations/ministry-of-defence
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityShotgun System. |
II.1.2)
|
Type of supplies contract
|
|
|
|
|
|
|
|
|
|
Main site or location of works, place of delivery or performance
Gloucestershire, Wiltshire and Bristol/Bath area. UKK1 |
II.1.3)
|
Information on framework agreement
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds seven years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Weapons, ammunition and associated parts. The project covers the procurement of a shotgun with options to increase the shotgun capability and purchase further ammunition in the future, if needed. The shotgun must be capable of being used as a breaching device with one barrel and should be capable of changing its barrel in order to be accurate to a range of 100 metres. The shotgun will be bought initially as a breaching device with scope to add in additional capability at long range in the future dependent on need. It must be capable of firing a range of ammunition, (capable of accepting standard 3 inch shell length ammunition) and must be capable of holding at least 8 rounds and must be semi-automatic with adjustable gas.
The contract is for the initial procurement of 100 breaching shotguns that are fit for purpose, and safe and suitable for service to be delivered by March 2019. It will also cover the purchasing of technical publications (in AESPS format), a training T3 package, as well as an initial spares pack for agility in repairs and support during the training period.The contract will also include a provision for engineering support on a tasking Pro-Forma basis for the 3 years following delivery.
The contract will also include options to extend and purchase additional weapons including the longer range capability and additional spares and support.
Bidders will need to provide 10 weapons for user trials alongside their tender. Trials will test the full capability of the shotgun. Tenderers will be given a nominal contribution towards the cost of weapons but it is expected the majority of trial weapons will be returned to bidders.
Suppliers will be down selected from the PQQ to 6 operators who will be invited to tender. Following the phase 1 paper based evaluation, 3 bidders will be taken through to phase 2 user trials. The phase 1 evaluation is expected to be concluded in early January 2018 and it is essential that bidders selected to participate in phase 2 trials will have the weapons available in the UK for the trials by the end of February 2018. Failure to make the weapons available in time for the phase 2 trials will result in the bidder being excluded from further participation in the competition.
A separate competition will be run with Defence General Munitions (DGM) for the ammunition required for the Shotgun system.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35300000 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
|
|
|
|
|
|
|
|
|
|
|
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeInitial procurement of 100 and options for further weapons to be procured over subsequent years of the contract. |
|
450 000 GBP |
II.2.2)
|
Information about options— To procure additional weapons over subsequent years.
— Additional spares support package.
— Procure shotguns with longer range ability.
— Option to extend duration of the contract by 2 years. |
|
Provisional timetable for recourse to these options36 |
II.2.3)
|
Information about renewals
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Payment will be made via the P2P system Contracting, Purchasing and Finance (CP&F).
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
Not Applicable.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.1.5)
|
Information about security clearance
9-10-2017
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation
The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.
Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
|
III.2.2)
|
Economic and financial standing
|
III.2.3)
|
Technical and/or professional capacity
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
IV.1.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate26 |
|
Objective criteria for choosing the limited number of candidates
‘Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and / or documents for this opportunity are available on www.contracts.mod.uk. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to the Response Manager and add the following Access Code: XXXXXXX. Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 18/09/2017 23:59. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk.’
Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier's capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice.
The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate under Section III.2.1) of this Contract Notice;
(2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and
(3) best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3) of this Contract Notice.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used Yes
Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender. |
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
SSP/00200
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for requests to participate 18-09-2017
23:59 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
Section VI: Complimentary Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.
https://www.gov.uk/government/publications/government-security-classifications
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on http://www.contracts.mod.uk.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: M934535Q6R.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ¿s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-2017817-DCB-10853222.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC) |
Elm 3, MOD Abbey Wood |
Bristol |
BS34 8JH |
UK |
|
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC) |
Elm, MOD Abbey Wood |
Bristol |
BS34 8JH |
UK |
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC) |
Elm, MOD Abbey Wood |
Bristol |
BS34 8JH |
UK |
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 17-08-2017 |