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, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT) |
MOD, Yew 3A #1342, NH1, Abbeywood |
Bristol |
BS34 8JH |
UK |
CBRN Commercial
Becky Ford |
+44 3067933602 |
descbrn-comrcl-cp4@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 authorityDecontamination Kit Personal (DKP) No1, DKP No2, Fullers' Earth (FE) Special, Chemical Agent Decontamination (CAD) and FE /CAD Technical Support. |
II.1.2)
|
Type of supplies contract
 |
|
 |
|
 |
|
 |
|
 |
|
Main site or location of works, place of delivery or performance
UKG21 |
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. Decontamination equipment. 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 of Decontamination Kit Personal (DKP) No1, DKP No2, Fullers' Earth (FE) Special, FE Technical and Chemical Agent Decontamination (CAD).
All FE items are packaged to differing requirements and specifications, to perform a different functions. 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 early stages of the tendering process. There may also be a requirement to meet an operational surge. 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 double wrapped in clear packaging and contained in a solid plastic container. There is also a requirement for existing stock of CAD to be disposed off in a staged programme in accordance with European legislation. Samples of in-service DKP No1, DKP No2 and CAD may also 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. |
|
|
II.2.2)
|
Information about optionsFor additional purchases of kits and extended support. Provisional timetable for recourse to these options: in months: 36 (from the award of the contract). |
|
Provisional timetable for recourse to these options
|
II.2.3)
|
Information about renewals 1
|
II.3)
|
Duration of the contract or limit for completion36 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
|
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.
|
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
N/A.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
The authority reserves the right at 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 a Security Aspects Letter to reflect any changes in national law or government policy whether in respect to which any protective marking applies or otherwise.
|
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.
|
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 participate210 |
|
|
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 Yes
Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender. |
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
CBRN/00204
|
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 07-10-2015
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
|
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, and the contract will be awarded on the basis of the most economically advantageous tender. Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
From 2 April 2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.
https://www.gov.uk/government/publications/government-security-classifications
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.
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: 5JM5863CRJ.
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 +44 800282324.
GO Reference: GO-201597-DCB-7033938.
|
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) |
CBRN Commercial, MOD Abbeywood, NH1, Yew 3a, #1342 |
Bristol |
BS34 8JH |
UK |
descbrn-comrcl-cp4@mod.uk |
+44 3067933602 |
|
|
|
|
|
Body responsible for mediation procedures
Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team |
CBRN Commercial, MOD Abbeywood, NH1, Yew 3a, #1342 |
Bristol |
BS34 8JH |
UK |
descbrn-comrcl-cp4@mod.uk |
+44 3067933602 |
|
|
|
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 Commercial, MOD Abbeywood, NH1, Yew 3a, #1342 |
Bristol |
BS34 8JH |
UK |
descbrn-comrcl-cp4@mod.uk |
+44 3067933602 |
|
|
|
VI.5)
|
Dispatch date of this Notice 07-09-2015 |