Section one: Contracting authority
one.1) Name and addresses
Air Commercial
S104 Flowerdown Hall, RAF Cosford
Wolverhampton
WV7 3EX
Contact
Karen Wiley
Telephone
+44 3001692985
Country
United Kingdom
NUTS code
UKG39 - Wolverhampton
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
701056405 - Supply and Delivery of Welding Helmets
two.1.2) Main CPV code
- 42662000 - Welding equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Authority has a one off requirement for the supply and delivery of welding helmets to the Defence School of Electronic and Mechanical Engineering and the Defence School of Marine Engineering.
two.1.5) Estimated total value
Value excluding VAT: £100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45262680 - Welding
- 44315100 - Welding accessories
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
- UKK14 - Swindon
- UKJ31 - Portsmouth
Main site or place of performance
Cardiff and Vale of Glamorgan,Swindon,Portsmouth
two.2.4) Description of the procurement
The Authority has a one off requirement for the supply and delivery of welding helmets to the Defence School of Electronic and Mechanical Engineering and the Defence School of Marine Engineering. A total of 67 helmets, including consumables, are required with delivery to three sites. Specification, locations and quantities are detailed in the procurement documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 10
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 uses 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.
It is the Authority's intention to down select to between approximately 5 and 10 highest scoring suppliers who will be invited to tender providing they meet the overall score of a pass within the DPQQ. If a supplier receives a fail to any question within the DPQQ, they will automatically fail the evaluation and not be invited to participate further.
Pass – A pass mark will be awarded where the potential provider can demonstrate that they have the capability to deliver the subject of this requirement. This will be by the potential provider submitting evidence that they have appropriate knowledge, experience or appropriate current certification in line with the nature of the specific question.
Fail – A fail mark will be awarded where the response fails to demonstrate that the potential provider has the appropriate capability to deliver the subject of this requirement. This would be where the potential providers response fails to provide evidence of experience with supply of the appropriate equipment, failure to provide evidence of obsolescence management, failure to provide evidence of appropriate certification or providing certification which is no longer valid or extant
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 February 2021
Local time
11:55pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
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
Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall be made via CP&F. You can find details on CP&F at https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system.”
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference – RAR-BHVA74KB)
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: 3H5B4V7872.
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 (FAQs) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-2021112-DCB-17630440
six.4) Procedures for review
six.4.1) Review body
Ministry of Defence, C&C, C&C
Abbey Wood
Bristol
BS34 8JH
Telephone
+44 1179132548
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Ministry of Defence, C&C, C&C
Bristol
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Ministry of Defence, C&C, C&C
Bristol
Country
United Kingdom