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.

02 Contract Notice

Support to Ordnance, Munitions and Explosives (OME) Delivery

  • First published: 05 October 2023
  • Last modified: 05 October 2023

Contents

Summary

OCID:
ocds-kuma6s-135265
Published by:
University of Wales Trinity Saint David
Authority ID:
AA0343
Publication date:
05 October 2023
Deadline date:
06 November 2023
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

UWTSD commenced delivery of Degree Apprenticeship programmes in 2018 and is currently the largest provider of Higher Education Degree Apprenticeship programmes in Wales, with more than 1,000 degree apprentices currently enrolled. A central Apprenticeship Unit has been developed offering up to 20 apprenticeship pathways. In September 2018 specialist provision in Ordnance, Munitions and Explosives (OME) began delivery to UK nationals with apprentices in the employment of Executive Agencies to the Ministry of Defence, industry, and commercial enterprise. Current enrolment within OME stands at 144 apprentices, with numbers set to increase significantly over the next 10 years. Owing to this expected increase, UWTSD seeks potential suppliers for up to four (4) specific deliverables (LOTS) annually. The UWTSD Group is now seeking to appoint a range of suitably qualified and experienced (SQEP) consultants and facilities to undertaking the following LOTs: LOT 1: Support to academic module delivery through the provision of SQEP. LOT 2: Provision of a chemistry facility and SQEP to conduct small-scale energetic experiments LOT 3: The provision of a range facility and SQEP to conduct ballistic and trace experimentation: LOT 4: The provision of 2 visits per year to an OME establishment for 30 students CPV: 75221000, 80000000, 31642200, 45111310, 50600000, 51550000, 72231000, 80600000, 35300000, 35310000, 90523100, 35333100, 31642200, 45111310, 50600000, 72231000, 51550000, 80000000, 35300000, 35333100, 31642200, 45111310, 50600000, 51550000, 72231000, 80000000, 80600000, 35300000, 35333100, 31642200, 45111310, 50600000, 51550000, 72231000, 80000000, 80600000, 35300000, 35333100.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of Wales Trinity Saint David

Carmarthen Campus

Carmarthen

SA31 3EP

UK

Telephone: +44 1267676767

E-mail: heidi.davies@uwtsd.ac.uk

NUTS: UKL18

Internet address(es)

Main address: http://www.tsd.ac.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0343

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.sell2wales.gov.wales


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sell2wales.gov.wales


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.sell2wales.gov.wales


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Support to Ordnance, Munitions and Explosives (OME) Delivery

Reference number: UWTSD2324/201

II.1.2) Main CPV code

75221000

 

II.1.3) Type of contract

Services

II.1.4) Short description

UWTSD commenced delivery of Degree Apprenticeship programmes in 2018 and is currently the largest provider of Higher Education Degree Apprenticeship programmes in Wales, with more than 1,000 degree apprentices currently enrolled. A central Apprenticeship Unit has been developed offering up to 20 apprenticeship pathways.

In September 2018 specialist provision in Ordnance, Munitions and Explosives (OME) began delivery to UK nationals with apprentices in the employment of Executive Agencies to the Ministry of Defence, industry, and commercial enterprise. Current enrolment within OME stands at 144 apprentices, with numbers set to increase significantly over the next 10 years. Owing to this expected increase, UWTSD seeks potential suppliers for up to four (4) specific deliverables (LOTS) annually.

The UWTSD Group is now seeking to appoint a range of suitably qualified and experienced (SQEP) consultants and facilities to undertaking the following LOTs:

LOT 1: Support to academic module delivery through the provision of SQEP.

LOT 2: Provision of a chemistry facility and SQEP to conduct small-scale energetic experiments

LOT 3: The provision of a range facility and SQEP to conduct ballistic and trace experimentation:

LOT 4: The provision of 2 visits per year to an OME establishment for 30 students

II.1.5) Estimated total value

Value excluding VAT: 1 250 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Support to academic module delivery through the provision of SQEP.

II.2.2) Additional CPV code(s)

80000000

31642200

45111310

50600000

51550000

72231000

80600000

35300000

35310000

90523100

35333100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

academic support for the following subjects

Physics (HNC)

Physics (BEng)

Advanced Physics (BEng)

Principles of OME (BEng)

Principles of OME (HNC)

Principles of Systems Engineering (HNC)

Principles of Systems Engineering (BEng)

Advanced Systems Engineering

Electromagnetic Radiation

Instrumentation & Control

Safety Hazard & Assessment

Safety Hazard & Assessment

Technical Authoring

Data Capture & Evaluation

OME Safety Management & Legislation

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

If th course is successful we will reissue the contract

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

As the course progresse we would wish to add more subject areas

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

LOT 2: Provision of a chemistry facility and SQEP to conduct small-scale energetic experiments

II.2.2) Additional CPV code(s)

31642200

45111310

50600000

72231000

51550000

80000000

35300000

35333100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

UWTSD seeks a chemistry facility that can provide an understanding of the importance of nitration reactions in accordance with Explosive Regulations 2014. As a bare minimum, this facility must:

Provide the appropriate SQEP oversight for small-scale energetics manufacture (< 100g) based on nitration reactions;

Safely accommodate up to 12 students and 3 lecturers at any one time for one day (7.5 hrs) up to a maximum of 4 days per year;

Accommodate disposal of explosive and chemical residues in accordance with HSE and UWTSD Health and Safety Services;

Provide a seating facility for 12 students and up to 3 lecturers;

Provide access to refreshments (coffee, tea, water and sandwiches), lunch and bathroom facilities for 12 students and 3 lecturers;

Provide parking for UWTSD 17-seater minibus; and

Pass inspection from UWTSD’s HASAW representatives.

Whilst energetic items shall lie within quantities that do not require an Explosives Precursors and Poisons (EPP) licence for regulated precursors, the tender response must outline what the facility may look like, and the safety protocols to be adopted. An indication of the type of energetic material that could be manufactured and tested within an EPP licence threshold should also be provided, including the efficacy of testing, retention and disposal of said materials. The potential provider should describe the type of energetic testing that could be demonstrated by student manufactured compositions.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

If the course is successful a renewal will be awarded

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

we would like to add in addtionla needs

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

LOT 3: The provision of a range facility and SQEP to conduct ballistic and trace experimentation:

II.2.2) Additional CPV code(s)

31642200

45111310

50600000

51550000

72231000

80000000

80600000

35300000

35333100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

UWTSD seeks a range facility that:

Provides the appropriate SQEP oversight for firearms use and explosive demonstration;

Safely accommodates up to 12 students and 3 lecturers at any one time for one day (7.5 hrs) up to a maximum of 4 days per year;

Provides appropriate PPE and medical support during the time at which students and lecturers are on-site;

Facilitates an explosive demonstration commencing with the burning of unconfined black powder to a deflagration to detonation transition for a low explosive;

Facilitates the safe discharge of firearms up to 9 mm in calibre with an appropriately qualified small- arms instructor and range safety trace;

Provides a seating facility and protection from inclement weather for 12 students and up to 3 lecturers;

Provides access to refreshments, lunch and bathroom facilities for 12 students and 3 lecturers;

Provides parking for UWTSD 17-seater minibus

Pass inspection from UWTSD’s HASAW representatives

Allows students to collect a propellant trace sample for analysis at UWTSD.

Notes: The tender response must outline what the facility may look like and the safety protocols to be adopted.

The rationale for rotation is described at LOT 2. UWTSD would wish the students to experience the use of light weapons to gain an understanding of recoil from a few grams of propellant, and the target effects. The provider would be required to hold NRA RCO and RSO qualifications and a Section 5 licence.

As for the explosive demonstration, the journey through pyrotechnics (effects of heat, smoke, light, sound), low explosives and confined low explosive would be considered the bare minimum.

Visits for LOT 3 would take place during Principles of OME delivery, which are timetabled alongside Advanced Chemistry in Semester 1 of each year:

BLOCK 1: w/c 07/10/24 and w/c 14/10/24

BLOCK 2: w/c 18/11/24 and w/c 25/11/24

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

course is succsseful the contract will be reawared

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

we will add addtional content if needed

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

LOT 4: The provision of 2 visits per year to an OME establishment for 30 students

II.2.2) Additional CPV code(s)

31642200

45111310

50600000

51550000

72231000

80000000

80600000

35300000

35333100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

It is important that students be exposed to OME at an early stage in their apprenticeship pathway. As such, visits to facilities are required to provide an educated understanding of what ordnance and munitions comprise, their concepts of design, and the effects that can be generated. Exposure to delivery systems and target effects is hugely desirable as part of this visit. Tenderers may wish to consider within their response specific answers to:

Availability of WOME at their specific site

Availability of armoured fighting system platforms at their site

Availability of target response material at their site specific to KE penetrators, directed energy weapons and behind armour effects

The safety of student and staff whilst at the site.

Notes: Potential providers should consider that student numbers would be no less than 15 students per visit, but no more than 30 students per visit during January to December 2024. Visits would only be planned during Semesters 1 and 2 of each academic year, with Year 1 BEng and HNC 1 taking priority

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

if course is succssful the contract will be extended

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

addtional course content could be added

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Justification for any framework agreement duration exceeding 4 years: to deliver an academic course over a 5 year period for consistency

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 06/11/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 05/02/2024

IV.2.7) Conditions for opening of tenders

Date: 06/11/2023

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=135265.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(WA Ref:135265)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

05/10/2023

Coding

Commodity categories

ID Title Parent category
35333100 Bombs Ammunition for aerial warfare
31642200 Detection apparatus for mines Defence and security
72231000 Development of software for military applications Defence and security
45111310 Dismantling works for military installations Defence and security
80000000 Education and training services Education
51550000 Installation services of weapon systems Defence and security
75221000 Military defence services Defence services
35310000 Miscellaneous weapons Weapons, ammunition and associated parts
50600000 Repair and maintenance services of security and defence materials Defence and security
80600000 Training services in defence and security materials Defence and security
90523100 Weapons and ammunition disposal services Toxic waste disposal services except radioactive waste and contaminated soil
35300000 Weapons, ammunition and associated parts Security, fire-fighting, police and defence equipment

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

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:
heidi.davies@uwtsd.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
05/10/2023 12:04
ADDED FILE: Document 2 Specification
Document 2 Specification
06/10/2023 10:45
ADDED FILE: Document 3 T&C's
Document 3 T&C's
06/10/2023 10:46
ADDED FILE: Document 3 T&C's
Document 3 T&C's
24/10/2023 10:10
ADDED FILE: Term dates
Term dates

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx117.58 KB
This file may not be accessible.
docx
docx216.97 KB
This file may not be accessible.
docx
docx216.97 KB
This file may not be accessible.
docx
docx5.15 MB
This file may not be accessible.
docx
docx206.91 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.