CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 157-360866/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Mixed global and partial bid

Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
MOD
Babcock DSG Ltd, Building B15, Donnington
Telford
Postal code: TF2 8JT
United Kingdom
Contact points(s): Robert Fisher
For the attention of: Robert Fisher
Phone: +44 1952967329
Email: robeert.fisher@babcockinternational.com
Internet Address(es):
General address of the contracting authority: www.babcockinternational.com
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: Supply of Paper Targets IRM17/5869
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: Telford and Wrekin
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:Targets for shooting practice. Targets for shooting practice. The provision of a Framework Agreement that provides for the timely supply of cost effective paper targets and accessories to meet front line demands.
II.1.6) Common procurement vocabulary (CPV): 35210000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:

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 Authority is considering establishing a 4 year Framework Agreement, split into 2 Lots with the option to extend for a maximum of a further 3 years to supply a range of paper targets and Accessories.
All items must be supplied compliant to samples in Lot 1 where Crown Copyright exists, which will be issued with the ITT, or in the case of Lot 2, compliant to CSIS where samples are not provided.
It is the intention to place up to a maximum of 2 Framework Agreements and the Authority reserves the right to add items of a similar nature to the Contract(s) during its lifetime.
Expressions of interest to participate in this requirement are to be submitted on the DCO by completing the PQQ. The PQQ shall be assessed on the DCO using the selection criteria given within the PQQ and within each question. It is the intention of the Authority to down select to between 5 and 10 economic operators who will be invited to tender. For Lot 1, each of the Tenderers will be expected to provide 2 samples for evaluation by the Authority. For Lot 2, each of these tenderers will be asked to confirm that the source of supply is consistent to that specified on CSIS. Where an alternative source of supply is being used, the tenderer will be expected to provide 2 samples of each line item upon request, to be evaluated for suitability by the Authority. No variants will be accepted.
No business, whatsoever is guaranteed under any resulting Framework Agreement or Contract. Indeed, there is no guarantee that any Framework Agreement or Contract will be put in place in relation to this notice. No compensation etc will be paid if a tender or resulting framework is withdrawn for any reason. Bidders should only take part in this process if they fully understand and accept this position.
Estimated value excluding VAT:
1 700 000 GBP
II.2.2) Information about options:
Options: yes
The Framework Agreement(s) will be firm for 4 years with the option to extend up to 7 years in total.
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

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
The requirement as stated in the PQQ shall prevail.
III.2.2) Economic and financial ability
The requirement as stated in the PQQ shall prevail.
Minimum level(s) of standards possibly required: The requirement as stated in the PQQ shall prevail.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: The requirement as stated in the PQQ shall prevail.
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: 5 and maximum number 10
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
IV.2.2) Information about electronic auction

IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
IRM17/5869
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
14.09.2018 – 15:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
10.11.2018
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
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: B27A74W2GM.
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-2018813-DCB-13004418
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Babcock DSG Ltd
Building B15, Donnington
Telford
Postal code: TF2 8JT
United Kingdom
Body responsible for mediation procedures:
Babcock DSG Ltd
Building B15, Donnington
Telford
Postal code: TF2 8JT
United Kingdom
Phone: +44 1952967329
VI.5) Date of dispatch of this notice:
13.08.2018

RELATED ARTICLES

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

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

CMR

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