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, Special Projects SCM (SPSCM) |
Abbey Wood |
Bristol |
BS34 8JH |
UK |
|
+44 3067989355 |
ryan.sullivan111@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 authorityChemical Barrier Cream 2 |
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)
Nuclear, biological, chemical and radiological protection equipment. To contract for the manufacture and packaging of a barrier cream which protects exposed skin against chemical, biological, pharmaceutical based, and toxic industrial agents. The chosen contractor will be given a bespoke specification and methodology to follow for the manufacture of this product.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35113200 |
|
|
|
|
|
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 scopeThis procurement will result in a new contract delivering 5 year's supply of barrier cream in year 1 of the contract with a further 4 option years for potential re-supply.
The indicative quantity of cream required is 100 litres (2 000 x 50 ml tubes).
Scope:
A. manufacture of barrier cream to a bespoke specification following a defined manufacturing methodology;
B. sample tests in line with a system acceptance plan which will be provided by Authority;
C. packaging of barrier cream into robust plastic tubes. |
|
150 000300 000 GBP |
II.2.2)
|
Information about options |
|
Provisional timetable for recourse to these options
|
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
 |
|
 |
|
|
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 participate |
|
|
Objective criteria for choosing the limited number of candidates
|
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
700396327
|
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 13-07-2020
14:00 |
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
The Cyber Security Level for this requirement is Very Low. The Cyber security Assessment reference number is:
RAR-YTWS89Q5.
Access Code for PQQ: UDZG5FAC7M
.
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: 8ZJSH34RAN.
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 (FAQs) or the User
Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324. GO Reference: GO-202065-DCB-16686229
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, Land Equipment, Special Projects SCM (SPSCM) |
|
Filton |
|
UK |
ryan.sullivan111@mod.gov.uk |
+44 3067989355 |
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, Land Equipment, Special Projects SCM (SPSCM) |
|
Filton |
|
UK |
ryan.sullivan111@mod.gov.uk |
+44 3067989355 |
|
|
|
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, Special Projects SCM (SPSCM) |
Abbey Wood |
Bristol |
BS34 8JH |
UK |
ryan.sullivan111@mod.gov.uk |
+44 3067989355 |
|
|
|
VI.5)
|
Dispatch date of this Notice 05-06-2020 |