Tender

Procurement of the C8 Safe Blank Firing System

  • Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)

F17: Contract notice for contracts in the field of defence and security

Notice identifier: 2021/S 000-000149

Procurement identifier (OCID): ocds-h6vhtk-0287db

Published 5 January 2021, 4:32pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)

Abbey Wood

Bristol

BS34 8JH

Contact

Lisa Sinfield

Email(s)

lisa.sinfield100@mod.gov.uk

Telephone

+44 3001666082

Country

United Kingdom

National registration number

UK

Internet address(es)

General address of the contracting authority/entity

https://des.mod.uk/

Further information

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)

one.2) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

one.3) Main activity

Defence

one.4) Contract award on behalf of other contracting authorities/entities

The contracting authority is purchasing on behalf of other contracting authorities:

No


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

Procurement of the C8 Safe Blank Firing System

two.1.2) Type of contract and location of works, place of delivery or of performance

Supplies

Purchase

Main site or location of works, place of delivery or of performance

Gloucestershire, Wiltshire and Bristol/Bath area

NUTS code

  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

two.1.5) Short description of the contract or purchase(s)

Weapons, ammunition and associated parts. The procurement of a Suppressor and Safe Blank Firing System for the C8 Rifle that includes mechanisms to disrupt the feed of and safely capture live rounds. The system will include a suitable interface to allow Level 1 (User) fitment and removal of a SBFS and suppressor without the requirement for tools.

Note: It is recommended that potential suppliers refer to the DPQQ for full information.

two.1.6) Common procurement vocabulary (CPV)

  • 35300000 - Weapons, ammunition and associated parts

two.1.7) Information about subcontracting

The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed

The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract

The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts

two.1.8) Lots

This contract is divided into lots: No

two.1.9) Information about variants

Variants will be accepted: No

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

The procurement of a Suppressor and Safe Blank Firing System for the C8 Rifle that includes mechanisms to disrupt the feed of and safely capture live rounds. The system will include a suitable interface to allow Level 1 (User) fitment and removal of a SBFS and suppressor without the requirement for tools. The Full Operating Quantity is yet to be quantified however the current estimated through-life consumption quantity of SBFS for the C8 is approximately 2,000.

Estimated value excluding VAT:

Range: between £1,000,000 and £1,500,000

two.2.2) Information about options

Options: No

two.2.3) Information about renewals

This contract is subject to renewal: No

two.3) Duration of the contract or time limit for completion

Duration in months: 60 (from the award of the contract)


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

A Parent Company or Bank Guarantee may be required

three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As detailed in the Invitation to Tender

three.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, they must nominate a legal entity to tender and enter into the Contract with the Authority.

three.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 and 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.

three.2) Conditions for participation

three.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met:


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Restricted

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged minimum number 3 and maximum number 6

Objective criteria for choosing the limited number of candidates: Where an Agent is representing multiple original equipment manufacturers (OEM), an Agent may propose only one complete system from each OEM they represent, with a maximum of two bids submitted from any agent. In such instances, the Agent would be required to submit a separate response for each solution. The Authority will not consider more than one response from a single OEM.

four.2) Award criteria

four.2.1) Award criteria

the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.1) File reference number attributed by the contracting authority

700810376

four.3.2) Previous publication(s) concerning the same contract

no

four.3.4) Time limit for receipt of tenders or requests to participate

14 February 2021 - 11:59pm

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: No

six.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.

https://www.gov.uk/government/publications/government-security-classifications

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

The Risk Assessment Reference (RAR) for this project is: RAR-C8F25CCJ

The Cyber Risk Rating is: Very 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 https://www.dcocontracts.mod.uk/delta. 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: GUK6966582. Please ensure you follow any instruction provided to you here.

The deadline for submitting your response(s) is 14/02/2021 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.

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 http://www.dcocontracts.mod.uk.

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: GUK6966582.

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-202115-DCB-17596449

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)

Bristol

Email(s)

lisa.sinfield100@mod.gov.uk

Telephone

+44 3001666082

Country

United Kingdom

six.4.1) Body responsible for mediation procedures

Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)

BRISTOL

Email(s)

lisa.sinfield100@mod.gov.uk

Telephone

+44 3001666082

Country

United Kingdom

six.4.3) Service from which information about the lodging of appeals may be obtained

Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)

BRISTOL

Email(s)

lisa.sinfield100@mod.gov.uk

Telephone

+44 3001666082

Country

United Kingdom