CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

UK-Bristol: Refurbishment work.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ministry of Defence, Weapons, Defence General Munitions (DGM) Project Team
#4115, Fir 1C, ABW, Bristol, BS34 8JH, United Kingdom
Tel. +44 3067983951, Email: DESWpnsDGM-ComrclMultiuser@mod.gov.uk
Contact: DGM Commercial
Main Address:
NUTS Code: UKK11

Further information can be obtained at: As Above
Specifications and additional documents: As Above
Applications must be sent to: As Above

I.2)Type of the contracting authority and main activity or activities:
Ministry or any other national or federal authority, including their regional or local subdivisions

I.3) Main activity:
Defence

I.4) Contract award on behalf of other contracting authorities/entity:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Packaging Support Solution
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS Execution

Region Codes: UKK11 – Bristol, City of
II.1.3)Framework agreements: Not Provided

II.1.5)Short description of the contract or purchase:
Refurbishment work. The Authority is considering placing a 10-year contract (5-years fixed with five 1-year options) This will involve:

• The annual refurbishment of a large quantity of (approximately 200,000 to 350,000) assorted ammunition containers to predefined standards. There are around 50 different container types requiring refurbishment and a considerably larger quantity of internal and external packaging materiel. Typically, these range from the H84 ammunition container (280x83x 74mm) to the L19 unit load (1020x1195x1350mm) container and component part materials include steel, aluminium, polythene, polyethylene, polystyrene, cardboard and wood. The active process for each container will be:

o Storing.
o Cleaning
o Repair (minimal)
o Repainting
o Testing
o Receipting and issuing.

The refurbishment procedure will also involve the sifting and review of component parts to maximise stock recycling. The work requires a high degree of flexibility and focus on production targets, whilst maintaining quality standards.

• Post-Design Services that provides drawing and manufacturing services to ensure policy compliant movement of ammunition for training and operations.

• To provide Fixed annual deliveries for the supply of 1814kg NATO Standard MEXE Pallets for an annual allocation. To meet the MOD’s requirement.

• To provide Pallet Trays, Top (SV3512), Middle (SV3513) and Bottom (SV3514) to meet DGM and Defence Munitions (DM) requirement of each tray per annum. Pallet Trays are mandated in Def Stan 00-814 as an essential, integral, safety component utilised in the transportation of H83 and M2A1 ammunition containers, the most commonly used ammunition containers by UK MOD. The purpose of the trays is to prevent any movement of individual ammunition containers on NATO 2 tonne pallets during transit.

• A full programme of recycling of surplus and obsolete materiel in line with UK Government policy of reducing landfill waste and incorporating ‘closed loop’ sustainability (except for metal waste, which falls under the remit of Defence Equipment & Sales Agency (DESA) responsibility).

• Provide seals (currently utilising TIK) to enable Front Line Command (FLC) to comply with the sealing of explosives packaging as mandated in JSP 762 Pt 2 (V8.0 Sep 18) and JSP 482 Ch13.

• When required the procurement of new materiel to meet DGM packaging needs and which will offer the authority a best value for money supply solution.

II.1.6)Common Procurement Vocabulary:
45453100 – Refurbishment work.

II.1.7)Information about subcontracting:
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract.
II.1.8)Division into lots: No
II.1.9)Variants will be accepted: No

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope (including all lots, renewals and options):
The Authority is considering placing a 10-year contract (5-years fixed with five 1-year options) This will involve:

• The annual refurbishment of a large quantity of (approximately 200,000 to 350,000) assorted ammunition containers to predefined standards. There are around 50 different container types requiring refurbishment and a considerably larger quantity of internal and external packaging materiel. Typically, these range from the H84 ammunition container (280x83x 74mm) to the L19 unit load (1020x1195x1350mm) container and component part materials include steel, aluminium, polythene, polyethylene, polystyrene, cardboard and wood. The active process for each container will be:

o Storing.
o Cleaning
o Repair (minimal)
o Repainting
o Testing
o Receipting and issuing.

The refurbishment procedure will also involve the sifting and review of component parts to maximise stock recycling. The work requires a high degree of flexibility and focus on production targets, whilst maintaining quality standards.

• Post-Design Services that provides drawing and manufacturing services to ensure policy compliant movement of ammunition for training and operations.

• To provide Fixed annual deliveries for the supply of 1814kg NATO Standard MEXE Pallets for an annual allocation. To meet the MOD’s requirement.

• To provide Pallet Trays, Top (SV3512), Middle (SV3513) and Bottom (SV3514) to meet DGM and Defence Munitions (DM) requirement of each tray per annum. Pallet Trays are mandated in Def Stan 00-814 as an essential, integral, safety component utilised in the transportation of H83 and M2A1 ammunition containers, the most commonly used ammunition containers by UK MOD. The purpose of the trays is to prevent any movement of individual ammunition containers on NATO 2 tonne pallets during transit.

• A full programme of recycling of surplus and obsolete materiel in line with UK Government policy of reducing landfill waste and incorporating ‘closed loop’ sustainability (except for metal waste, which falls under the remit of Defence Equipment & Sales Agency (DESA) responsibility).

• Provide seals (currently utilising TIK) to enable Front Line Command (FLC) to comply with the sealing of explosives packaging as mandated in JSP 762 Pt 2 (V8.0 Sep 18) and JSP 482 Ch13.

• When required the procurement of new materiel to meet DGM packaging needs and which will offer the authority a best value for money supply solution.
Estimated value excluding VAT:
Range between: 55,000,000 and 65,000,000
Currency: GBP

II.2.2)Options: Yes
If yes, description of these options: Over a 10-year contract there will be 5-years fixed with five 1-year options.
If known, Provisional timetable for recourse to these options:

Duration in months: 120 (from the award of the contract)

II.2.3)Renewals: No
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:
Not Provided

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided

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 to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
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.1.5) Information about security clearance
Candidates which do not yet hold security clearance may obtain such clearance until:2021-04-01 00:00:00.0

III.2)Conditions For Participation
III.2.1)Economic and financial capacity:
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) 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 these criteria are at

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:
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
(c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.

Minimum level(s) of standards possibly required: (if applicable)
The estimated annual contract value is £4.5M. If the estimated annual contract value is greater than “40%” of the supplier’s 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, for example such evidence may include:
(1) any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
(2) stating whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the supplier’s 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 may be utilised as part of this process.
III.2.3) Technical and/or professional capacity:
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

(b) a list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case: (i)the value of the consideration received; (ii)when and where the work or works were carried out; and (iii)specifying whether they were carried out according to the rules of the trade or profession and properly completed;

Information and formalities necessary for evaluating if the requirements are met:
See DPQQ Document Attached.
III.2.4) Information about reserved contracts: Not Provided
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 number of operators: 4

Objective Criteria for choosing the limited number of candidates:
Interested suppliers are required to complete the Dynamic Pre-Qualification Questionnaire (DPQQ) to provide the Authority with information to evaluate the supplier’s capacity and capability against the selection criteria.
The Authority will use the DPQQ response to create a shortlist of tenderers who:
(1) are eligible to participate;
(2) fulfil any minimum economic, financial, professional and technical standards; and
(3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the DPQQ.
Further details of the method for choosing the tenderers is set out in the DPQQ.
IV.2)Award Criteria
IV.2.1)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)An electronic auction will be used: No

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: DGM/1958
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2019/S 233 – 572821 of 29/11/2019

Other previous publications: 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
Date: 08/09/2020
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English

Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: No
VI.2)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

In accordance with DEFSTAN 05-138 the risk level is deemed to be Low
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: R55U3B4389.

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.

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Ministry of Defence, Weapons, Defence General Munitions (DGM) Project Team
Abbey Wood, Bristol, BS34 8JH, United Kingdom
Tel. +44 1179132548, Email: DESWpnsDGM-ComrclMultiuser@mod.gov.uk

VI.4.2)Procedures for appeal: Not Provided

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, Weapons, Defence General Munitions (DGM) Project Team
Abbey Wood, Bristol, BS34 8JH, United Kingdom
Tel. +44 3067986324, Email: DESWpnsDGM-ComrclMultiuser@mod.gov.uk

VI.5) Date Of Dispatch Of This Notice: 28/07/2020

ANNEX A


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

May 9, 2024

United Kingdom-Bristol: Repair and maintenance services of military vehicles

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-014733/EN) Nature of contract: Procedure: Not applicable Section I: Contracting authority I.1) Name addresses and

May 9, 2024

United Kingdom-Bristol: All-terrain vehicles

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-014690/EN) Nature of contract: Procedure: Not applicable Section I: Contracting authority I.1) Name addresses and