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 |
Abbeywood South |
Bristol |
BS34 8JH |
UK |
Lousha Heaven
|
+44 3067983372 |
lousha.heaven102@mod.gov.uk |
|
www.contracts.mod.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 authorityManufacture, Supply and Support of Decontamination Kit Personal (1, 2, Special and Technical) and Chemical Agent Decontaminant (CAD) |
II.1.2)
|
Type of supplies contract
 |
|
 |
|
 |
|
 |
|
 |
|
Main site or location of works, place of delivery or performance
UNITED KINGDOM. UK |
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)
Decontamination equipment. Nuclear, biological, chemical and radiological protection equipment. Manufacture, supply and support of decontamination kit personal (1, 2, Special and Technical) and chemical agent decontaminant (CAD). The authority is seeking responses from companies able to source fuller's earth, boric acid crystals, granular sodium hydroxide and granular sodium dichlorisocyanurate to the required specification and to package it to the required specification and supply the following items in the quantities required:
Decontamination Kit Personal (DKP) No1 (Pack of 4 pads).
Decontamination Kit Personal (DKP) No2 (Puffer Bottle).
Fullers earth special — 3.85 kg
Fullers earth technical — 500 g
Boric acid crystals — 140 g
Granular sodium hydroxide — 225 g
Granular sodium dichlorisocyanurate — 450 g
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
42924720 |
|
|
|
|
|
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 chemical, biological, radiation and nuclear (CBRN) delivery team (DT) are equipment sponsors for hazard management and decontamination equipment.
The authority has a requirement for the re-supply and support of decontamination kit personal (DKP) No1, DKP No2, fullers' earth (FE) special, FE technical and chemical agent decontaminant* (CAD).
FE items are packaged relevant to differing requirements and specifications. FE is a naturally occurring material composed principally of calcium montmorrilonite clay. FE is used as a filling in DKP No1 and DKP No2 decontaminant kits, and is also supplied in bulk quantities as FE Special (3.85 kg) and FE technical (500 g). Technical specifications, drawings and stock requirements are contained within a cardinal points specification (CPS) that will be made available to all potential bidders at the invitation to tender. There may also be a requirement to meet an operational surge and provide in service support. Full details of the FE requirement will be provided in the ITT.
CAD consists of boric acid 140 g, granular sodium hydroxide 225 g and granular sodium dichlorisocyanurate— 450 g all individually packaged in solid screw lid plastic containers and contained within a solid outer screw lid plastic container.
There may also be a requirement to dispose of CAD or FE in accordance with the relevant International, European and UK legislation.
Samples of in-service DKP No1, DKP No2 and CAD may be made available to potential bidders as necessary at the ITT stage. This will be to serve as an example of the type of current capability the authority requires and assist potential bidders with the development of their ITT responses
The contract duration will be 3 years with and additional two individual option years of 12 months each, making the total contract duration of up to 5 years.
The contract will be for the supply of the following items (please note these items and quantities are indicative and not guaranteed but are the best estimations at this time):
DKP1, NSN 4230-99-852-6195 — quantity 75 000
DKP2, NSN 4230-99-376-9442– quantity 75 000
FE Technical, NSN 6850-99-155-6944 – quantity 500
FE Special NSN 6850-99-225-2413 — Quantity 1 080
CAD, NSN 6850-99-217-1907, quantity 16 000 |
|
500 0001 000 000 GBP |
II.2.2)
|
Information about optionsFor additional purchases and support of all products listed, 2 x 12-month option periods. Provisional timetable for recourse to these options: in months: 36 (from the award of the contract) |
|
Provisional timetable for recourse to these options36 |
II.2.3)
|
Information about renewals
|
II.3)
|
Duration of the contract or limit for completion60 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
If the supplier does not meet the required standard for economic and financial standing the Authority reserves the right to request an indemnity, guarantee or bank bond.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Payment will follow delivery and acceptance of the goods/services.
|
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 submit 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 document are accompanied by a security aspects letter, the authority reserves the right to amend the terms of the security aspects letter to reflect any changed 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 provides information on the Government Security Classification:
https://www.gov.uk/government/publications/government-security-classifications
|
III.1.5)
|
Information about security clearance
|
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.
A declaration of good standing will be sought in the pre-qualification questionnaire.
|
III.2.2)
|
Economic and financial standing
(a) appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:
(i) the overall turnover of the business of the economic operator; and
(ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.
The annual contract value is GBP 200 000.00 Ex VAT. 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.
Auditable accounts from the previous 24 months or equivalent if accounts are not yet available must be submitted as part of the PQQ response. The authority may request further information regarding these accounts.
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
(a) In the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability.
(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.
(c) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 5 years, or during a shorter period if necessary, and
(i) the dates on which the goods were sold or the services provided;
(ii) the consideration received;
(iii) the identity of the person to whom the goods were sold or the service were provided;
(iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and
(v) where
(a) that person was not a contracting authority, and
(b) the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided.
(d) A statement of the technicians or technical services available to the economic operator to:
(i) carry out the work under the contract, or
(ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator.
(e) A statement of the economic operator's:
(i) technical facilities;
(ii) measures for ensuring quality;
(iii) study and research facilities; and
(iv) internal rules regarding intellectual property.
(f) A check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established:
(i) on the technical capacity of the economic operator; and
(ii) if relevant, on the economic operator's study and research facilities and quality control measures.
(h) The environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract.
(i) A statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous 3 years.
(j) A description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract.
(k) Any samples, descriptions and photographs of the goods to be purchased or hired under the contract and certification of the authenticity of such samples, descriptions or photographs.
(l) Certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority.
(n) A certificate:
(i) attesting conformity to quality management systems standards based on the relevant European standard; and
(ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification.
(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i).
The authority requires this information to evaluate technical capability through a formal pre-qualification questionnaire stage.
All of the above information will be assessed by the authority and each technical area above will be deemed as pass/fail. A fail in an area above doesn't automatically exclude a supplier and a decision will be made as to whether the supplier is deemed overall technically compliant based on the answers/evidence provided in conjunction with the technical questions (Project Specific) within Form F and G of the PQQ. If a supplier feels that an area selected above has been fully answered by a project specific question, please state this within your response. Any non-compliance's deemed to be a fail will be fully explained.
There are 10 technical project specific questions spanning across Form F and G within the PQQ. 9 out of the 10 will be marked 0-5, Question 9 is for information only. The supplier will automatically fail the PQQ if any of the 9 questions is allocated a score of 1 or 0 and will not be considered further. The benchmark score is 3 or above for each question. However, the authority reserves the right to consider responses where a 2 has been awarded but suppliers may not score 2 in more than 3 areas. The project specific questions takes precedence over any answers provided for the technical areas stated above.
|
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
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.
All pass fail questions within the PQQ require a pass, otherwise the supplier will be deemed unsuccessful and will not be considered further. If there are more than 6 successful candidates it will be based on the highest technical scores awarded for Part F and G — technical and project specific questions. If the same technical scores are awarded it will be decided based on the financial status of the supplier and technical confidence. Any decisions by the authority will be fully explained.
|
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
CBRN/00267
|
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 10-04-2020
11:00 |
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.
Electronic trading
Potential suppliers must note the mandatory requirement for electronic trading using the contracting, purchasing and finance (CP&F) electronic procurement tool. All payments for contractor deliverables under the contract shall only be made via CP&F. You can find details on CP&F at https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system.
The cyber risk assessment is very low; reference is RAR-JUHW69WG
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: 5GGFTJY89V.
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-2020310-DCB-16146691
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT) |
|
Bristol |
|
UK |
lousha.heaven102@mod.gov.uk |
+44 3067983372 |
|
|
|
|
|
Body responsible for mediation procedures
MOD |
|
Bristol |
|
UK |
lousha.heaven102@mod.gov.uk |
+44 3067983372 |
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT) |
|
Bristol |
|
UK |
lousha.heaven102@mod.gov.uk |
+44 3067983372 |
|
|
|
VI.5)
|
Dispatch date of this Notice 10-03-2020 |