Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence
MOD Abbey Wood South
Bristol
BS34 8JH
For the attention of
Josef Pocock
Email(s)
Telephone
+44 3001591359
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
Supply of CARM (Chemical Agent Resistant Material)
two.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
NUTS code
- UK - United Kingdom
two.1.5) Short description of the contract or purchase(s)
The Authority is seeking to procure a worldwide-deployable Chemical Agent Resistant Material (CARM). CARM will be employed as a chemical barrier to wrap around equipment and physical assets protecting them from liquid chemical warfare agents or containing such contaminated items to prevent cross-contamination. The project aims to be delivered by December 2023 (excluding ad-hoc buys). There will be priced options for ad-hoc buys which is inclusive of the estimate value (ex vat).
two.1.6) Common procurement vocabulary (CPV)
- 35113200 - Nuclear, biological, chemical and radiological protection equipment
Additional CPV code(s)
- 19000000 - Leather and textile fabrics, plastic and rubber materials
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
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
Total quantity: Up to 520,000m2 (5200 rolls of 4m x 25m roll or 2600 rolls of 4m x 50m roll)
Scope: CARM hardware only compliant with Authority Requirements.
Estimated value excluding VAT:
Range: between £2,000,000 and £3,000,000
two.2.2) Information about options
Options: Yes
Description of these options: For additional purchases of the product listed.
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
If the supplier does not meet the required standard for economic and financial standing the Authority reservesthe right to request an indemnity, guarantee or bank bond.
three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Payment will follow delivery and acceptance of the goods/services.
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 submit 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 document are accompanied by a security aspects letter, the authority reserves the right to amend the terms of the security aspects letter to reflect any changed 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 provides information on the Government Security Classification:
https://www.gov.uk/government/publications/government-security-classifications
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: 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 the Regulation 23(1) and 23(2) criteria are at http://www.contracts.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.
A declaration of good standing will be sought in the pre-qualification questionnaire.
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: Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
- Browse to the eSourcing Portal
- Click the “Click here to register” link
- Accept the terms and conditions and click “continue”
- Enter your correct business and user details
- Note the username you chose and click “Save” when complete
- You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
- Login to the portal with the username/password
- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)
- Click on the relevant PQQ to access the content.
- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.
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: Information and formalities necessary for evaluating if the requirements are met:
(a) appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance;
(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.
It is anticipated that the majority of the contract will be fulfilled within the first year of the contract with the remainder of the contract duration available for ad-hoc buys. If the estimated contract value is greater than 40% of the supplier’s turnover, the authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the authority, evidence showing it has sufficient economic and financial capability, for example such evidence may include:
(1) any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
(2) stating whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond. Auditable accounts from the previous 24 months or equivalent if accounts are not yet available must be submitted as part of the PQQ response. The authority may request further information regarding these accounts.
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: Information and formalities necessary for evaluating if the requirements are met:
(a) In the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability.
(b) A list of works carried out over the past 5 years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying)certificates of satisfactory completion for the most important of those works indicating in each case:
(i) the value of the consideration received;
(ii) when and where the work or works were carried out; and
(iii) specifying whether they were carried out according to the rules of the trade or profession and properly completed.
(c) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 5 years, or during a shorter period if necessary, and
(i) the dates on which the goods were sold or the services provided;
(ii) the consideration received;
(iii) the identity of the person to whom the goods were sold or the service were provided;
(iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and
(v) where
(a) that person was not a contracting authority, and
(b) the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided.
(d) A statement of the technicians or technical services available to the economic operator to:
(i) carry out the work under the contract, or
(ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator.
(e) A statement of the economic operator's:
(i) technical facilities;
(ii) measures for ensuring quality;
(iii) study and research facilities; and
(iv) internal rules regarding intellectual property.
(f) A check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established:
(i) on the technical capacity of the economic operator; and
(ii) if relevant, on the economic operator's study and research facilities and quality control measures.
(h) The environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract.
(i) A statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous 3 years.
(j) A description of the tools, material, technical equipment, staff numbers, know-how and sources of supply(with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract.
(k) Any samples, descriptions and photographs of the goods to be purchased or hired under the contract and certification of the authenticity of such samples, descriptions or photographs.
(l) Certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority.
(m) A certificate:
(i) attesting conformity to quality management systems standards based on the relevant European standard;and
(ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification.
(n) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i).
The authority requires this information to evaluate technical capability through a formal pre-qualification questionnaire stage.
All of the above information will be assessed by the authority and each technical area above will be deemed as pass/fail. A fail in an area above doesn't automatically exclude a supplier and a decision will be made as to whether the supplier is deemed overall technically compliant based on the answers/evidence provided in conjunction with the questions in the Technical Envelope of the PQQ. If a supplier feels that an area selected above has been fully answered by a question in the Technical Envelope, please state this within your response. Any non-compliance's deemed to be a fail will be fully explained.
There are 14 technical and quality assurance questions spanning across the Technical Envelope within the PQQ. 6 out of the 14 will be marked 1-5. The supplier will automatically fail the PQQ if any of the 6 questions is allocated a score of 1 and will not be considered further. The benchmark score is either 2, 3, or above for each question. The project and quality assurance questions take precedence over any answers provided for the technical areas stated above.
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: 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 will use 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.
Further details of the method for choosing the tenderers is set out in the DPQQ.
All pass/fail questions within the DPQQ require a pass, otherwise the supplier will be deemed unsuccessful and will not be considered further. If there are more than 6 successful candidates, it will be based on the highest technical scores awarded for Form E — Technical and Professional Ability and the Technical Envelope. If the same scores are awarded it will be decided based on the financial status of the supplier. Any decisions by the authority will be fully explained.
four.1.3) Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated: no
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
701578440
four.3.2) Previous publication(s) concerning the same contract
no
four.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 23 May 2022 - 5:00pm
Payable documents: no
four.3.4) Time limit for receipt of tenders or requests to participate
30 May 2022 - 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.
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 only 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 assessment is very low; reference is RAR-925234509
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.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date.
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.
six.4) Procedures for appeal
six.4.1) Body responsible for appeal procedures
Ministry of Defence, IBOC, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)
Bristol
Email(s)
Telephone
+44 3001591359
Country
United Kingdom
six.4.1) Body responsible for mediation procedures
Ministry of Defence, IBOC, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)
Bristol
Email(s)
Telephone
+44 3001591359
Country
United Kingdom
six.4.3) Service from which information about the lodging of appeals may be obtained
Ministry of Defence, IBOC, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)
Bristol
Email(s)
Telephone
+44 3001591359
Country
United Kingdom