Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
BS34 8JH
Country
United Kingdom
Region code
UKK11 - Bristol, City of
Internet address(es)
Main address
https://www.contracts.mod.uk/go/52370566018D31DB6ED2
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.contracts.mod.uk/go/52370566018D31DB6ED2
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.contracts.mod.uk/go/52370566018D31DB6ED2
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
710022461 - MSS/109 Lifejackets, Buoyancy Aids and Flotation Devices
two.1.2) Main CPV code
- 39525300 - Life jackets
two.1.3) Type of contract
Supplies
two.1.4) Short description
Life Jackets, Buoyancy Aids and Flotation Devices
MOD has a requirement for the provision of Life Jackets, Buoyancy Aids and Flotation Devices.
In 2021 the MOD undertook industry engagement activity for “Project Talbot”. Since this time the MOD has undertaken a review of the requirements of the Armed Forces and is introducing Category Management principles into procurement activities. This is to enable the MOD / Defence to work more collaboratively with industry and have an aligned market facing approach.
This requirement seeks innovation from Civilian and Tactical Life Jacket, buoyancy aid and flotation device suppliers to deliver a Defence requirement. The requirement is to deliver Civilian and Tactical Life Jackets, buoyancy aids and Flotation devices to meet the requirements of the Royal Navy and their stakeholder community. This may be delivered through existing equipment or working collaboratively with Defence to design and develop a new generation of equipment.
All equipment shall require in-service support which includes repair / maintenance activities, obsolescence, and supply chain management. The Tactical equipment shall be adaptable to evolve and meet operational requirements whilst ensuring compatibility with body armour and all associated combative equipment. Any design should avoid focus on a single user group by implementing the concept of modularity and cross system integration. Ingress and egress from vehicles and aircraft will need consideration and designs to demonstrate the requisite competences as an organisation to fulfil these requirements.
Embodiment of any new solution is expected to require training to update the users. Water Safety Equipment maintainer courses shall be required. Training courses will consist of operators and maintainers to ensure they are adequately informed of the impact of any modifications.
This requirement is divisible into Lots in the event a single contractor is unable to meet and deliver both requirements for Civilian and Tactical Flotation devices. The market is invited to provide innovation in the delivery of this requirement.
The anticipated Contract term is 5 years to include irrevocable costed option periods.
You must not take this announcement to mean confirmation that MOD shall award a contract for this requirement. The MOD is publishing this announcement without any commitment to issue a tender or place a contract. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers
For the purposes of Cyber Security, this requirement has been assessed as Low Risk.
Interested parties should express their interest via this email address: DESShipsMSS-MaST-SaBP@mod.gov.uk
two.1.5) Estimated total value
Value excluding VAT: £27,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 39525300 - Life jackets
two.2.3) Place of performance
NUTS codes
- UKK11 - Bristol, City of
two.2.4) Description of the procurement
Civilian Personal Flotation Devices
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: £13,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
Lot No
2
two.2.2) Additional CPV code(s)
- 39525300 - Life jackets
two.2.3) Place of performance
NUTS codes
- UKK11 - Bristol, City of
two.2.4) Description of the procurement
Tactical Personal Flotation Devices
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: £13,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 February 2024
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 May 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
MOD Abbey Wood South
BRISTOL
BS34 8JH
Country
United Kingdom