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 |
|
|
jessica.darby104@mod.gov.uk |
|
https://www.gov.uk/government/organisations/defence-equipment-and-support
|
|
|
|
|
|
|
|
|
|
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 authorityDGM/1772 — Alternate Carrier Shell. |
II.1.2)
|
Type of supplies 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)
Weapons, ammunition and associated parts. Ammunition. The UK MoD has a requirement for 155mm Smoke and/or Illuminating ammunition and is seeking to procure a solution(s) which is ideally Joint Ballistics Memorandum of Understanding (JBMOU) compliant and at a Technology Readiness Level of at least 7. Assuming successful completion of the Qualification programme, the UK MoD may procure 155mm Smoke and/or Illuminating ammunition as per the quantities detailed in lots below. For planning purposes, the Qualification programme is estimated to take approximately 12-24 months. A System Requirements Document (SRD) will be issued to those companies selected to proceed to the Invitation to Tender stage. Subject to funding, there may be an option to procure additional quantities.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35300000 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
|
|
|
|
|
|
|
|
|
|
|
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
20 000 000100 000 000 GBP |
II.2.2)
|
Information about optionsSubject to funding, there may be an option to procure additional quantities. |
|
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.
Provide relevant technical information regarding the proposed solution which demonstrates the company's ability to meet the requirement.
Provide details which demonstrate the company's ability to deliver to the indicated programme timescales.
Provide details of previous and/or existing contracts of the proposed solution.
|
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
DGM/1772: Alternate Carrier Shell
|
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 30-01-2018
10:00 |
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
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: XQBQ43TC57.
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-20171018-DCB-11220496.
|
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 |
|
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 18-10-2017 |
|
ANNEX B
Information About Lots
|
1
155mm Smoke Ammunition |
1)
|
Short Description
The UK MoD has a requirement for 155mm Smoke ammunition and is seeking to procure a solution(s) which is ideally Joint Ballistics Memorandum of Understanding (JBMOU) compliant and at a Technology Readiness Level of at least 7. Assuming successful completion of the Qualification programme, the UK MoD may wish to procure 155mm Smoke ammunition. For planning purposes, the Qualification programme is estimated to take approximately 12-24 months. A System Requirements Document (SRD) will be issued to those companies selected to proceed to the Invitation to Tender stage.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35300000 |
|
|
|
|
|
3)
|
Quantity or scope
The Authority has a requirement for the below quantities:
2018 — 1,075 rounds
2019 — 1,075 rounds
2020 — 1,075 rounds
2021 — 1,075 rounds
2022 — 1,075 rounds.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
2
155mm Illuminating Ammunition |
1)
|
Short Description
The UK MoD has a requirement for 155mm Illuminating ammunition and is seeking to procure a solution(s) which is ideally Joint Ballistics Memorandum of Understanding (JBMOU) compliant and at a Technology Readiness Level of at least 7. Assuming successful completion of the Qualification programme, the UK MoD may wish to procure 155mm Illuminating ammunition. For planning purposes, the Qualification programme is estimated to take approximately 12-24 months. A System Requirements Document (SRD) will be issued to those companies selected to proceed to the Invitation to Tender stage.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35330000 |
|
|
|
|
|
3)
|
Quantity or scope
The Authority has a requirement for the below quantities:
2018 — 455 rounds
2019 — 455 rounds
2020 — 455 rounds
2021 — 455 rounds
2022 — 455 rounds.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
3
155mm Smoke and Illumination Ammunition |
1)
|
Short Description
The UK MoD has a requirement for 155mm Smoke and Illumination ammunition and is seeking to procure a solution(s) which is ideally Joint Ballistics Memorandum of Understanding (JBMOU) compliant and at a Technology Readiness Level of at least 7. Assuming successful completion of the Qualification programme, the UK MoD may wish to procure 155mm Smoke and Illumination ammunition. For planning purposes, the Qualification programme is estimated to take approximately 12-24 months. A System Requirements Document (SRD) will be issued to those companies selected to proceed to the Invitation to Tender stage.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35300000 |
|
|
|
|
|
3)
|
Quantity or scope
The Authority has a requirement for the below quantities:
2018 — 1,075 smoke rounds and 455 illumination rounds
2019 — 1,075 smoke rounds and 455 illumination rounds
2020 — 1,075 smoke rounds and 455 illumination rounds
2021 — 1,075 smoke rounds and 455 illumination rounds
2022 — 1,075 smoke rounds and 455 illumination rounds.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|