Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence
MOD Abbey Wood
Bristol
BS34 8JH
For the attention of
Webber Harvey
Email(s)
Country
United Kingdom
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
20mm KAA Cannon & GAMB01 Mount Spares
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
Portsmouth Naval Stores
NUTS code
- UKJ31 - Portsmouth
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
£1,863,000
two.1.5) Short description of the contract or purchase(s)
Weapons, ammunition and associated parts. Spares for 20mm KAA Ordinance and 20mm GAMB01 Gun Mount
two.1.6) Common procurement vocabulary (CPV)
- 35321300 - Machine guns
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
two.1.8) Lots
This contract is divided into lots: No
two.1.9) Information about variants
Variants will be accepted: No
two.3) Duration of the contract or time limit for completion
Duration in months: 48 (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
The Authority reserves the right to require an indemnity, guarantee or bank bond.
three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
As specified 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, the group must nominate a lead organisation to deal with the Authority.
The Authority shall require the group to form a legal entity before entering into the contract.
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 or 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 or reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective marking 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: 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 http://www.dcocontracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
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: he 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 http://www.dcocontracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
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.
three.2.2) Economic and financial ability
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: (b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.
Information and formalities necessary for evaluating if the requirements are met:
The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
Where appropriate, a statement, covering the three previous financial years of the economic operator, of: (I) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter contract.
This will be covered in the Dynamic Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required: A financial assessment will be undertaken on the supplier's financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net, assets, liquidity, gearing and capacity. This assessment will include the Parent Company where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process.
Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
Where appropriate, a statement, covering the three previous financial years of the economic operator, of: (I) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter contract.
This will be covered in the Dynamic Pre-Qualification Questionnaire
Minimum level(s) of standards possibly required: A financial assessment will be undertaken on the supplier's financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net, assets, liquidity, gearing and capacity. This assessment will include the Parent Company where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process.
three.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: This will be covered in the Dynamic Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required: This will be covered in the Dynamic Pre-Qualification Questionnaire.
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: This will be covered in the Dynamic Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required: This will be covered in the Dynamic Pre-Qualification Questionnaire.
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 2 and maximum number 10
Objective criteria for choosing the limited number of candidates: Maximum number is up to 10, regardless of how many Operators exceed the minimum score. The Authority reserves the right to exclude any Tender that does not meet the minimum score of 0, or who scores a zero in any individual question.
four.2) Award criteria
four.2.1) Award criteria
Lowest price
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
700177316
four.3.2) Previous publication(s) concerning the same contract
of 17 April 2020
Other previous publications
no
four.3.4) Time limit for receipt of tenders or requests to participate
23 April 2021 - 5:00pm
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 intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.