CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

UK-Telford: Towed artillery.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ministry of Defence, DSG, Defence Support Group (DSG)
Babcock DSG Ltd, BUILDING B15, MOD Donnington, Telford, TF2 8JT, United Kingdom
Tel. +44 1952673981, Email: julie.gardner@babcockinternational.com
Main Address:
NUTS Code: UKG21

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: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: THE MANUFACTURE OF COMPONENTS AND SUPPLY OF SPARES FOR THE L118 LIGHT GUN – 105MM TOWED ARTILLERY
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase

Region Codes: UKG21 – Telford and Wrekin
II.1.3)Framework agreements: The establishment of a framework agreement

II.1.4)Information on framework agreement:
Duration of the framework agreement:
Duration in year(s): 7
Estimated total value of purchases for the entire duration of the framework agreement:

Range between: 4,000,000 and 10,000,000
Currency: GBP

II.1.5)Short description of the contract or purchase:
Towed artillery. Babcock DSG Limited which is acting as the agent for the UK Ministry of Defence has a requirement for precision metal worked components and spares in support of the L118 Light Gun, 105mm, Field, Towed Artillery.
Expressions of Interest are invited from suitably qualified companies with experience in the manufacture of components for the L118 Light Gun, 105mm, Field, Towed Artillery or products of a similar nature.
The supply of the deliverables will be carried out in strict accordance of the Drawings/Specifications provided and ISIS data. Drawings will be provided with the Invitation to Tender.
The decision to let 1 or more contracts will be dependent on the response from industry.
Expressions of Interest to participate in this requirement are to be submitted via DCO by completing the Pre-Qualification Questionnaire (PQQ). The PQQ shall be assessed on the DCO using the scoring/selection criteria given within the PQQ and with each question.
Potential Suppliers will be expected to provide evidence of having supplied and/or manufactured articles of a similar engineering nature as part of their PQQ response.

It is the intention to invite to tender up to 6-10 economic operators. Only those suppliers who provide all mandatory information and are not subject to a mandatory exclusion will be invited to tender.
The Contract/s will be awarded based on the lowest compliant bid, in terms of price and lead time.

II.1.6)Common Procurement Vocabulary:
35322300 – Towed artillery.

II.1.7)Information about subcontracting:
Not Provided
II.1.8)Division into lots: Yes
Tenders may be submitted for: All lots

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 requirement is for the fabrication/manufacture and supply of all components for the L118 Light Gun 105mm.
Lot 1 is the critical spares for major complex items as follows: 1015999622654, 1015999622511, 1015999644612, 1015999646276, 1015995956451, 1015999635852, 5360999629712, 5360999629713, 1015996027246, 1015999643703, 1015999639294, 1015999646267, 1015995122857, 1015999635916, 2530997251958, 1015999623225, 1015999646220, 1015999629303, 1015999641229, 1015999646272, 1015999668260, 1015994142029, 1015999652713, 3040998106379 and 3040999635875 which require forging/casting and specific materials/manufacturing process. (Further details shall be provided at ITT stage).
Lot 2 is for COTS and made to order items requiring manufacture/fabrication with possible tooling. (Approx. 500 line items ? Further details shall be provided at ITT stage).
Due to the nature of this requirement it is envisaged that the future award of contracts shall be split into two Lots. Items in Lot 1 shall be lifetime buy quantities. Items in Lot 2 shall be a framework arrangement for a minimum period of 5 years with options to extend for a period of up to a further 2 years.
The preferred option is to have one Potential Provider for each of the Lots; however the Authority shall consider awarding multiple Contracts for both Lots if this shall offer the best value for Defence. Full details of Tender evaluation criteria and Contract award decision process shall be provided in the ITT.
The initial competition shall be conducted on a list of items for each Lot that are representative of the range of items in scope of this requirement. Potential Operators shall be provided with NATO Stock Numbers and the relevant FL Drawings. Potential Providers shall be required to source items for Lot 2 where manufacturer part numbers apply which are held on ISIS as the Authority reserves the right to add similar items to the Contract during its lifetime.
Any resulting Contract shall contain a set of Key Performance Indicators to measure performance in areas such as delivery and quality, and shall include remedies for poor performance.
In accordance with the Government?s transparency agenda, the Authority shall publish the Tender and Contract documents online. Further guidance shall be provided with the ITT.
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 agreement is withdrawn for any reason. Potential Providers should take part in this process only on the basis that they fully understand and accept this position.
Estimated value excluding VAT:
Range between: 4,000,000 and 10,000,000
Currency: GBP

II.2.2)Options: Yes
If yes, description of these options: This is a five year Contract with the option to extend for a further 2 years – extending by one year at a time.
II.2.3)Renewals: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 84 (from the award of the contract)

Information About Lots

Lot No: 1
Title: The requirement is for the fabrication/manufacture and supply of all components for the L118 Light Gun 105mm.

1)Short Description:
Lot 1 is the critical spares for major complex items which require forging/casting and specific materials/manufacturing process. (Further details shall be provided at ITT stage).

2)Common Procurement Vocabulary:
35322300 – Towed artillery.

3)Quantity Or Scope:
Items are as follows: 1015999622654, 1015999622511, 1015999644612, 1015999646276, 1015995956451, 1015999635852, 5360999629712, 5360999629713, 1015996027246, 1015999643703, 1015999639294, 1015999646267, 1015995122857, 1015999635916, 2530997251958, 1015999623225, 1015999646220, 1015999629303, 1015999641229, 1015999646272, 1015999668260, 1015994142029, 1015999652713, 3040998106379 and 3040999635875
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided

5)Additional Information About Lots:
Lot 2 is for COTS and made to order items requiring manufacture/fabrication with possible tooling. (Approx. 500 line items ? Further details shall be provided at ITT stage).
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details as described in DPQQ

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details as described in DPQQ

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Details as described in DPQQ

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:
Details as described in DPQQ
III.1.5) Information about security clearance
Candidates which do not yet hold security clearance may obtain such clearance until: Not Provided

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.

Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met:
Details as described in DPQQ
III.2.2) Economic and financial standing:
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met:
Details as described in DPQQ
Minimum level(s) of standards possibly required: (if applicable)
Details as described in DPQQ
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
Details as described in DPQQ
Minimum level(s) of standards possibly required: (if applicable)
Details as described in DPQQ
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)

Information and formalities necessary for evaluating if the requirements are met:
Details as described in DPQQ
Minimum level(s) of standards possibly required: (if applicable)
Details as described in DPQQ
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
Details as described in DPQQ
Minimum level(s) of standards possibly required: (if applicable)
Details as described in DPQQ
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 minimum number: 6 and maximum number: 10
Objective Criteria for choosing the limited number of candidates:
To achieve competition and best value for Defence.
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: IRM16/1206
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2016/S 170 – 306485 of 03/09/2016

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: 28/11/2016
Time: 15:00
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 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

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Ministry of Defence, DSG, Defence Support Group (DSG)
Bristol, United Kingdom

VI.4.2)Procedures for appeal: Not Provided

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided

VI.5) Date Of Dispatch Of This Notice: 28/10/2016

ANNEX A

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