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: (2016/S 173-311500/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, Defence General Munitions (DGM) Project Team
#4115, Fir 1b, ABW
Bristol
Postal code: BS34 8JH
United Kingdom
For the attention of: Nicholas Coleman
Phone: +44 306793951
Email: DESWpnsDGM-ComrclMultiuser@mod.uk
Internet Address(es):
General address of the contracting authority: www.mod.gov
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: DGM/1775 — Manufacture and Supply of Buoyant Smoke Orange 40 mm Cartridges.
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:Ammunition. Cartridges. DGM/1775 — Manufacture and Supply of Buoyant Smoke Orange 40 mm Cartridges.
II.1.6) Common procurement vocabulary (CPV): 35330000, 35331500,
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 Authority has the potential requirement to procure a Cartridge Signal 40 mm Buoyant Smoke Orange. The solution must deliver an orange smoke effect which is buoyant for a period of at least 20 seconds which can be fired from the Pistol Pyrotechnic 1.5 inch, No.4, Mk 1/1; DMC PYRO, NSN 1095-99-960-8506
The procurement will include but not limited to Operational and Training ammunition. Table 1 shows the firm and banded costed options required,
FY Firm
Quantity Option
Years Banded Costed Options
18/19 1,000
19/20 2,794 0-250 250-500 500-750 750-1,000
20/21 2,794 0-250 250-500 500-750 750-1,000
21/22 2,794 0-250 250-500 500-750 750-1,000
22/23 2,794 0-250 250-500 500-750 750-1,000
Evidence that the solution can meet the MOD Insensitive Munitions policy and shall be safe and suitable for transportation in all current in service tracked; wheeled; aircraft and maritime craft platform must be supplied.
You are required to complete an online Dynamic Pre-Qualification Questionnaire, which will be measured against selected criteria in terms of Commercial and Technical requirements.
The technical requirements will be base-lined against the User and System Requirement Document and will include questions regarding: Battlefield Effect; Terminal Effect; Climatic and Environment; Munition Sensitivity; System and Design Safety; Interoperability; Human Factors; Deployability; Training; Sustainment; Policy and Legal; Capability Resilience and Reliability.
The weighting will be released within the Pre-Qualification Questionnaire to denote Key User Requirements:
When scoring each question, the official scoring matrix as set out by MOD Commercial Policy will be used. The options as mandated by MOD Commercial Policy are as follows:
Pass / Fail — If a ‘Fail’ score is given then this will result in the supplier failing the whole PQQ.
0 — No Answer
1 — Poor
2 — Satisfactory
3 — Good
4 — Very good
5 — Excellent
Evidence will be required to demonstrate the ammunition can meet the Authorities requirements set. Any additional trials the Authority require to be undertaken will require sample ammunition at the contractor’s cost.
On award of the contract, the supplying contractor will be responsible for obtaining full qualification, and maintenance of this qualification, through the duration of the Contract to the Authorities requirements. This includes but is not limited to MOD Safety and Suitability for Service (S3) trials to assess the ammunition suitability with regard to Manufacturer to Disposal sequence (MOD may terminate the Contract if any safety concerns become apparent) Any resultant munitions procured as a result of this expression of interest will be subject to the relevant Quality Assurance Standards.
Estimated value excluding VAT:
400 000 GBP
II.2.2) Information about options:
Options: yes
FY 21/22 QTY 2,794FY 22/23 QTY 2,794.
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
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 below:
IV.2.2) Information about electronic auction

IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
DGM/1775 – Manufacture and Supply of Buoyant Smoke Orange 40 mm Cartridges
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
05.10.2016 – 23:55
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
4.1.2017
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
VI.2) Information about European Union funds
VI.3) Additional information
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: 32845R78BH. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 1.10.2016 23:55. 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 (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing — support@contracts.mod.uk or call 0800 282 324.
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-201695-DCB-8739271.
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
Postal code: BS34 8JH
United Kingdom
Phone: +44 1179132548
VI.5) Date of dispatch of this notice:
05.09.2016

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