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: (2018/S 093-212218/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU

Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, ISTAR, Other
Rowan 1c #8110, Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): Tim Burden
Phone: +44 3067981450
Email: DES-ISTAR-Batteries@mod.gov.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: Provision of Small Cell Batteries
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: Gloucestershire, Wiltshire and Bristol/Bath area.
Nuts code:
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:Batteries. Expressions of Interest are invited from interested suppliers for the supply of small battery cells. There are three types of cell required, the specifications of which can be found below.Cell 1.Dimensions in mm (LxHxW): 20 x 45 x 4 The width must not exceed 4 mm, however minor variations in the Length and Height may be acceptable.Rated Capacity 850 mAh.OCV 3.65 Volts.Max Current 22 mA (pulse).Pulse Current of 34 mA for >5 s.Chemistry Lithium Thionyl Chloride (Li/SOCl2).Cell 2.Dimensions in mm (LxHxW): 29 x 29 x 4.The width must not exceed 4 mm, however minor variations in the Length and Height may be acceptable.Rated Capacity 300 mAh.Voltage 3.7.Current 300 mA.Chemistry Lithium Polymer or equivalent.Cell 3.Dimensions in mm (LxHxW): 17 x 36 x 1.96 The width must not exceed 2 mm, however minor variations in the Length and Height may be acceptable.Rated Capacity 225 mAh.OCV 3.65 Volts.Max Current 215 mA (pulse).Pulse Current of 34 mA for >5 s.Chemistry Lithium Thionyl Chloride (Li/SOCl2).Requirements.Cells will have an expected shelf life of around 2 years.Cells are to be pre charged.This requirement is subject to financial approvals and dates may be subject to change.
II.1.6) Common procurement vocabulary (CPV): 31440000,
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:
Estimated value excluding VAT:
150 000 GBP
II.2.2) Information about options:
Options: no
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:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

III.2.2) Economic and financial ability

Minimum level(s) of standards possibly required:
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
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
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction

IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
ISR1/0051
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: No
IV.3.4) Time limit for receipt of tenders or requests to participate
29.06.2018 – 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.

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
GO Reference: GO-2018515-DCB-12423130.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, ISTAR, Other
Rowan 1c #8110, Abbey Wood, Filton
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3067989847
Email: DES-ISTAR-Batteries@mod.gov.uk
Body responsible for mediation procedures:
Ministry of Defence, ISTAR, Other
Rowan 1C #8110, Abbey wood, Filton
Bristol
Postal code: BS34 8KH
United Kingdom
Phone: +44 3067989847
Email: DES-ISTAR-Batteries@mod.gov.uk
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:1 month after contract notice is posted
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, ISTAR, Other
Rowan 1C #8110, Abbey Wood, Filton
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3067989847
Email: DES-ISTAR-Batteries@mod.gov.uk
VI.5) Date of dispatch of this notice:
15.05.2018


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

April 24, 2024

United Kingdom-Telford: The Repair of Coolant Line Replacement Units and Associated Items

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-013120/EN) Nature of contract: Service contract Procedure: Negotiated without a call for competition Type

April 24, 2024

United Kingdom-Portsmouth: Pre-Entry Medical Assessment Services For the Royal Navy, Royal Marines and Reserves

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-013197/EN) Nature of contract: Service contract Procedure: Open procedure Type of bid required: Global