Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Packaging Support Solution

  • First published: 30 July 2020
  • Last modified: 30 July 2020
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Unknown
Authority ID:
AA47308
Publication date:
30 July 2020
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

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, Weapons, Defence General Munitions (DGM) Project Team

#4115, Fir 1C, ABW

Bristol

BS34 8JH

UK

DGM Commercial


+44 3067983951

DESWpnsDGM-ComrclMultiuser@mod.gov.uk


https://www.gov.uk/


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Packaging Support Solution

II.1.2)

Type of works contract

Checked box
Unchecked box
Unchecked box

Main site or location of works, place of delivery or performance

Bristol, City of


UKK11

II.1.3)

Information on framework agreement

Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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)

Refurbishment work. The authority is considering placing a 10-year contract (5-years fixed with five 1-year options).

This will involve:

• the annual refurbishment of a large quantity of (approximately 200 000 to 350 000) assorted ammunition containers to predefined standards. There are around 50 different container types requiring refurbishment and a considerably larger quantity of internal and external packaging materiel. Typically, these range from the H84 ammunition container (280 x 83 x 74 mm) to the L19 unit load (1 020 x 1 195 x 1 350 mm) container and component part materials include steel, aluminium, polythene, polyethylene, polystyrene, cardboard and wood.

The active process for each container will be:

— storing

— cleaning

— repair (minimal)

— repainting

— testing

— receipting and issuing.

The refurbishment procedure will also involve the sifting and review of component parts to maximise stock recycling. The work requires a high degree of flexibility and focus on production targets, whilst maintaining quality standards.

• Post-design services that provides drawing and manufacturing services to ensure policy compliant movement of ammunition for training and operations.

• To provide fixed annual deliveries for the supply of 1 814 kg NATO standard MEXE pallets for an annual allocation. To meet the MOD’s requirement.

• To provide pallet trays, top (SV3512), middle (SV3513) and bottom (SV3514) to meet DGM and defence munitions (DM) requirement of each tray per annum. Pallet Trays are mandated in Def Stan 00-814 as an essential, integral, safety component utilised in the transportation of H83 and M2A1 ammunition containers, the most commonly used ammunition containers by UK MOD. The purpose of the trays is to prevent any movement of individual ammunition containers on NATO 2 tonne pallets during transit.

• A full programme of recycling of surplus and obsolete materiel in line with UK Government policy of reducing landfill waste and incorporating ‘closed loop’ sustainability (except for metal waste, which falls under the remit of Defence Equipment and Sales Agency (DESA) responsibility).

• Provide seals (currently utilising TIK) to enable Front Line Command (FLC) to comply with the sealing of explosives packaging as mandated in JSP 762 Pt 2 (V8.0 Sep 18) and JSP 482 Ch13.

• When required the procurement of new materiel to meet DGM packaging needs and which will offer the authority a best value for money supply solution.

II.1.6)

Common Procurement Vocabulary (CPV)

45453100

II.1.7)

Information about subcontracting

Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box

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 scope

The authority is considering placing a 10-year contract (5-years fixed with five 1-year options).

This will involve:

• the annual refurbishment of a large quantity of (approximately 200 000 to 350 000) assorted ammunition containers to predefined standards. There are around 50 different container types requiring refurbishment and a considerably larger quantity of internal and external packaging materiel. Typically, these range from the H84 ammunition container (280 x 83 x 74 mm) to the L19 unit load (1 020 x 1 195 x 1 350 mm) container and component part materials include steel, aluminium, polythene, polyethylene, polystyrene, cardboard and wood. The active process for each container will be:

— storing.

— cleaning

— repair (minimal)

— repainting

— testing

— receipting and issuing.

The refurbishment procedure will also involve the sifting and review of component parts to maximise stock recycling. The work requires a high degree of flexibility and focus on production targets, whilst maintaining quality standards.

• Post-design services that provides drawing and manufacturing services to ensure policy compliant movement of ammunition for training and operations.

• To provide fixed annual deliveries for the supply of 1 814 kg NATO standard MEXE pallets for an annual allocation. To meet the MOD’s requirement.

• To provide pallet trays, top (SV3512), middle (SV3513) and bottom (SV3514) to meet DGM and defence munitions (DM) requirement of each tray per annum. Pallet Trays are mandated in Def Stan 00-814 as an essential, integral, safety component utilised in the transportation of H83 and M2A1 ammunition containers, the most commonly used ammunition containers by UK MOD. The purpose of the trays is to prevent any movement of individual ammunition containers on NATO 2 tonne pallets during transit.

• A full programme of recycling of surplus and obsolete materiel in line with UK Government policy of reducing landfill waste and incorporating ‘closed loop’ sustainability (except for metal waste, which falls under the remit of Defence Equipment and Sales Agency (DESA) responsibility).

• Provide seals (currently utilising TIK) to enable Front Line Command (FLC) to comply with the sealing of explosives packaging as mandated in JSP 762 Pt 2 (V8.0 Sep 18) and JSP 482 Ch13.

• When required the procurement of new materiel to meet DGM packaging needs and which will offer the authority a best value for money supply solution.

 55 000 00065 000 000
GBP

II.2.2)

Information about options

Over a 10-year contract there will be 5-years fixed with five 1-year options.

Provisional timetable for recourse to these options

120

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

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

If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the authority. The authority shall require the group to form a legal entity before entering into the contract.

III.1.4)

Other particular conditions to which the performance of the contract is subject

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 a Security Aspects Letter, the authority reserves the right to amend the terms of the Security Aspects Letter 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.

III.1.5)

Information about security clearance


 01-04-2021

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





The estimated annual contract value is GBP 4.5 million. If the estimated annual contract value is greater than ‘40%’ of the supplier’s turnover, the authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the authority, evidence showing it has sufficient economic and financial capability, for example such evidence may include:

1) any additional information proving it has sufficient economic and financial resources to deliver the requirement; and

2) stating whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.

A financial assessment will be undertaken on the supplier’s financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process.







III.2.3)

Technical and/or professional capacity



(b) a list of works carried out over the past 5 years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case:

(i) the value of the consideration received;

(ii) when and where the work or works were carried out; and

(iii) specifying whether they were carried out according to the rules of the trade or profession and properly completed.

See DPQQ document attached.









III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

4

Objective criteria for choosing the limited number of candidates

Interested suppliers are required to complete the dynamic pre-qualification questionnaire (DPQQ) to provide the authority with information to evaluate the supplier’s capacity and capability against the selection criteria.

The authority will use the DPQQ response to create a shortlist of tenderers who:

1) are eligible to participate;

2) fulfil any minimum economic, financial, professional and technical standards; and

3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the DPQQ.

Further details of the method for choosing the tenderers is set out in the DPQQ.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

DGM/1958

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2019/S 233-572821 29-11-2019

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 08-09-2020  12:00

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

Checked box    

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

In accordance with DEFSTAN 05-138 the risk level is deemed to be low

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: R55U3B4389.

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 0800282324.

Go reference: GO-2020728-DCB-16890313

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Ministry of Defence, Weapons, Defence General Munitions (DGM) Project Team

Abbey Wood

Bristol

BS34 8JH

UK

DESWpnsDGM-ComrclMultiuser@mod.gov.uk

+44 1179132548


Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained


Ministry of Defence, Weapons, Defence General Munitions (DGM) Project Team

Abbey Wood

Bristol

BS34 8JH

UK

DESWpnsDGM-ComrclMultiuser@mod.gov.uk

+44 3067986324


VI.5)

Dispatch date of this Notice

 28-07-2020

Coding

Commodity categories

ID Title Parent category
45453100 Refurbishment work Overhaul and refurbishment work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.