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/
|
|
|
|
|
|
|
|
|
|
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 authorityPackaging Support Solution |
II.1.2)
|
Type of works contract
|
|
|
|
|
|
Main site or location of works, place of delivery or performance
Bristol, City of UKK11 |
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)
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
|
|
|
|
|
|
|
|
|
|
|
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 scopeThe 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 optionsOver a 10-year contract there will be 5-years fixed with five 1-year options. |
|
Provisional timetable for recourse to these options120 |
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
|
|
|
|
|
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 participate4 |
|
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
|
|
|
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
|
|
|
|
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
|
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 |