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

Integrated Soldier System Project PETREL— Deliver and support (including refurbish) a combat protect

  • First published: 20 June 2017
  • Last modified: 20 June 2017
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

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:
20 June 2017
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, Land Equipment, Dismounted Close Combat (DCC)

Soldier System Programmes, DE&S Elm 3b #4325,, MoD, Abbey Wood

Bristol

BS34 8JH

UK

Miss Helen Jefferies

+44 3067985542

helen.jefferies519@mod.gov.uk


www.mod.co.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

Integrated Soldier System Project PETREL— Deliver and support (including refurbish) a combat protective clothing system to integrate with the in-service VIRTUS body armour and load carriage system.

II.1.2)

Type of supplies contract

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

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

UNITED KINGDOM.


UK

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)

Protective gear. Garments for anti-ballistic protection. Protective and safety clothing. Protective shirts or pants. Clothing, footwear, luggage articles and accessories. Military uniforms. Combat uniforms. Underwear. Underpants. Combat suits. Combat gear. Protective gear. Garments for anti-ballistic protection. Integrated Soldier System — Deliver and support (including refurbish) a combat protective clothing system to integrate with the in-service VIRTUS body armour and load carriage system, including both the Head sub system and the Torso sub system. This will include both the initial procurement and support for PETREL with options for further procurement and support through life.

In issuing this Contract Notice and engaging with the Market, the Authority is not committing to carrying out any procurement in relation to the requirements stated in this Notice. If third parties are interested in engaging with the Authority in relation to the requirements stated here they must do so without sharing information that is protected by copyright or patents.

II.1.6)

Common Procurement Vocabulary (CPV)

18143000
35815000
35113400
35113470
18000000
35811300
35812000
18310000
18312000
35812200
35812300

II.1.7)

Information about subcontracting

Checked 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 Single Statement of User Need (SSUN) for CPE Clothing is taken from the Integrated Soldier System (ISS) Programme Mandate:

‘The User shall be issued with a clothing system that will provide personal protection against climatic (Temperate, Warm Weather), environmental and fragmentation threats, whilst integrating with other Combat Protective Equipment within the Integrated Soldier System, reducing the physical burden and providing greater agility, whilst maintaining overall survivability and improving operational effectiveness.’

The Authority has a potential requirement for delivery and support (including refurbishment) of a combat protective clothing system, including ballistic protection, to integrate with the in-service VIRTUS body armour and load carriage system (Head sub system and Torso sub system). The PETREL system is defined as not less than the trousers, Tier 1 pelvic protection and the Long sleeve Shirt. This will consist of both the initial procurement and support for PETREL and options for further procurement and support through life. The PETREL combat protective clothing system is required in a range of sizes to fit the male and female users across the 1st to 99th percentile, for close combat operations and training. Each user will require an appropriate level of protection proportionate to their size.

It is anticipated that under this contract the initial procurement will be to equip approximately 21000 users with PETREL combat protective clothing systems (each user to be issued with 2 or more sets of the PETREL clothing system), with options to equip and support up to 107,254 users and for on going through life product improvement.

The Authority intends to present greater detail of the project scope to the market at a Dynamic Pre-Qualification Questionnaire (DPQQ) Briefing Day planned on 27 June 2017 at Warminster, Wiltshire. At the DPQQ Briefing Day more information will be provided regarding the project and the overarching requirement. The Authority will not meet any costs incurred by participation at the DPQQ Briefing Day. Potential suppliers who wish to attend the DPQQ Briefing Day shall complete the expression of interest (EOI) form (attached) and send it to the contact email at Section I.1 above by 10:00 23 June 2017. The DPQQ is to be submitted by 12:00 17/07/2017.

The Authority is undertaking a DPQQ exercise where potential suppliers will be required to demonstrate their level of competence against the Authority's criteria. Full assessment criteria and the evaluation process for the DPQQ are detailed within the supporting DPQQ documentation.

DPQQ responses are invited from potential suppliers who are capable of delivering and supporting the PETREL combat protective clothing system as detailed above.

The Authority reserves the right to verify the information supplied within potential suppliers' responses to the DPQQ.

The Authority currently intends to issue an Invitation To Tender to those successful at the DPQQ stage, in Jan 2018, with an ITT period of 3 months. Whilst the dates in this paragraph are the best current estimate, they may be subject to change due to unforeseen events, and therefore cannot be guaranteed.

Potential suppliers who are invited to tender will be required to provide sample sets of PETREL combat protective clothing systems with their Tender submissions. Two samples of each size will be required at tender return.

A second phase of the assessment will require additional sets of the proposed PETREL combat protective clothing system for testing and trialling; a period of 4 months will be provided to manufacture and deliver 70 sets of various sizes (date to be confirmed in the Invitation To Tender). Whilst the dates and quantities in this paragraph are the best current estimate, they may be subject to change due to unforeseen events, and therefore cannot be guaranteed.

Potential suppliers should note that the AWARD evaluation tool will be used at the Tender evaluation stages for this requirement.

The performance of the Contract will be subject to monitoring and management through key performance indicators.

 20 000 000100 000 000
GBP

II.2.2)

Information about options

It is anticipated that there will be Contract Options for the delivery and support of the PETREL combat protective clothing system. The Contract is likely to contain Options to purchase additional quantities within the first 5 years together with a further 5 x 1 year Options to extend the Contract resulting in a potential Contract of 10 years.

Provisional timetable for recourse to these options

60

II.2.3)

Information about renewals



Section III: Legal, Economic, Financial and Technical Information

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

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

Objective criteria for choosing the limited number of candidates

Envisaged minimum number 2 and maximum number 6. Objective Criteria for choosing the limited number of candidates:

The Authority currently intends to issue an Invitation to Tender to those successful at the DPQQ stage not before Jan 2018.

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

SSP/00192

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 17-07-2017  17:00

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 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: 59DZX7892A.

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-2017616-DCB-10434053.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)

Soldier System Programmes, DE&S,, Commercial Strategy, Soldier System Programmes,, Elm 3c. #4325

Bristol

BS34 8JH

UK




Body responsible for mediation procedures


Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)

Soldier System Programmes, DE&S,, Commercial Strategy, Soldier System Programmes,, Elm 3c. #4325

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)


Bristol


UK




VI.5)

Dispatch date of this Notice

 16-06-2017

Coding

Commodity categories

ID Title Parent category
18000000 Clothing, footwear, luggage articles and accessories Materials and Products
35812300 Combat gear Combat uniforms
35812200 Combat suits Combat uniforms
35812000 Combat uniforms Individual equipment
35815000 Garments for anti-ballistic protection Individual equipment
35811300 Military uniforms Individual equipment
35113400 Protective and safety clothing Safety equipment
18143000 Protective gear Workwear accessories
35113470 Protective shirts or pants Safety equipment
18312000 Underpants Underwear
18310000 Underwear Garments

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.