CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 189-339360/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Weapons, International Guns, Missiles and Rockets (IGMR) Project Team
Defence Equipment and Support, Fir 1a, Mailpoint #4105, MOD Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 03067985449
Email: DESWpnsComrcl-IGMR-CM2@mod.uk
Internet Address(es):
General address of the contracting authority:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity: Sighting Equipment & Ancillaries.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: Bristol, City of.
Nuts code: UKK11
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Information on framework agreement
II.1.5) Short description of the specific contract:Weapons, ammunition and associated parts. There is a requirement to place a contract for the supply and repair of various Close Range Gunnery Systems Sighting Equipment and Ancillaries. The equipment will include the Eotech 552 Holographic Sight and Ilee Twin Beam laser for the M323 Naval Minigun and L7A2 General Purpose Maching Gun. In addition to the supply and repair of equipment the contract will also cover the delivery of Technical documentation and instructions as well as an element of Post Design services to allow for modifications or fit, form and function investigations. The length of the contract will be firm priced for 3 years with two one year options.
II.1.6) Common procurement vocabulary (CPV): 35300000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
The Contract duration is for 3 years plus two one year option years. The whole 5 years shall be firm priced. The scope of the equipment to be supplied (or when economical to do so repaired) shall include:
L3 Eotech 552 — NSN 1240-01-492-5264,
ILEE Twin Beam Laser — NSN 5855-25-151-9435,
Rec-T-Fire Pro Hunter Bore Sighting Kits — NSN 1095-20-002-8697,
Dry Zeroing Charts- M323 Minigun NSN 6920-99-340-8782,
GPMG NSN 6920-99-889-8534,
Accucam Locking Levers — NSN 1240-99-696-3341,
Remote Triggers — NSN 5930-25-151-9469,
Mounting Assemblies — GPMG NSN 1005-99-793-7515,
M323 Minigun NSN 1005-99-892-0241,
GPMG Extended Cocking Handle — NSN 1095-99-335-1723.
Supply will consist of between 4 and 6 buys a year. Value range ex VAT between: 1,000,000 and 1,500,000 over the 5 year contract. In addition to the supply and repair of the equipment mentioned above (and any associated equipment), the contract will also cover the delivery of Technical documentation and instructions as well as an element of Post Design services to allow for modifications or fit, form and function investigations.
Estimated value excluding VAT:
1 400 000 GBP
II.2.2) Information about options:
Options: yes
The Contract will be for 3 years with two one year options to extend. These options shall be firm priced at the outset.
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion

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 financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will follow delivery and acceptance of the goods.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If a group of economic operators submits 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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: 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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter 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.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
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 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 statement of good standing will be sought during the tendering phase.
III.2.2) Economic and financial ability

Minimum level(s) of standards possibly required: The estimated contract value is 1 300 000 GBP (ex VAT). If the estimated contract value is greater than 40 % of the suppliers 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, e.g. such evidence may include: (1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and (2) state whether the supplier is willing to provide the Authority with and indemnity, guarantee or bank bond.A financial assessment will be undertaken on the suppliers 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 will be utilised as part of this process.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Minimum level(s) of standards possibly required:
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession:
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number: 3 and maximum number 6
Objective criteria for choosing the limited number of candidates:
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 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 the Response Manager and add the following Access Code: 9899Q453H8. Please ensure you follow any instruction provided to you. The deadline for submitting your response is 7th November 2016 at 12 Noon. Please ensure that you allow yourself plenty of time when responding to this invite 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 or the user guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.ukInterested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate a supplier’s capacities and capabilities against the selection criteria. With the exception of Section 6 the Pre Qualification Questionnaire all questions within the the Pre Qualification Questionnaire are marked Pass/Fail. Section 6 of the Pre Qualification Questionnaire contains both Pass/Fail and weighted questions. The weighting reflects the importance of the question in regards to the potential providers capability to perform the contract. The evidence provided by the potential provider in response to these questions will be scored from 0-5. These scores will then be multiplied by the weighting factor to give a total weighted score for the potential provider.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.2) Information about electronic auction

IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
IGMR/00044
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
07.11.2016 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
In days:
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union 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.

Electronic Trading Potential suppliers must note the mandatory requirement for electronic trading using the Ministry of Defence’s standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for the performance of this Contract. You can find detail on the P2P system at www.d2btrade.com. The Contractor shall be required to sign DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form); and DEFCON 522J (Payment under P2P).
Where Standardised Contracting 1(SC1) conditions are used, unconditional acceptance of all references to P2P in clause 20 is required and where Standardised Contracting 2 or 3 (SC2 or SC3) conditions are used, unconditional acceptance of all references to P2P in clause G1 is required.
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
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: 9899Q453H8.
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-2016928-DCB-8860851.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, Weapons, International Guns, Missiles and Rockets (IGMR) Project Team
Bristol
United Kingdom
VI.5) Date of dispatch of this notice:
28.09.2016

RELATED ARTICLES

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking