Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
London
SW1A 2HB
Country
United Kingdom
NUTS code
UKI32 - Westminster
Internet address(es)
Main address
https://www.gov.uk/government/organisations/ministry-of-defence
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.gov.uk/government/organisations/ministry-of-defence
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.gov.uk/government/organisations/ministry-of-defence
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
Supply Technical Information On Foreign Munitions
two.1.2) Main CPV code
- 73432000 - Test and evaluation of firearms and ammunition
two.1.3) Type of contract
Services
two.1.4) Short description
The MoD needs continuous accurate technical information on foreign munitions in order to protect UK Forces deployed overseas. Landmines and other explosive remnants of war (ERW) pose a significant threat in many of the regions to which UK personnel could deploy. There is a need for landmine exploitation and access to subject matter expertise.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73432000 - Test and evaluation of firearms and ammunition
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
1. The following details the specific outputs that are to be met through the contract:
a. On call technical advice and assistance in the recognition and assessment of foreign land service ammunition. The contractor should have at least 10 years of expertise in explosive ordnance capability assessment and/or explosive ordnance clearance and maintains currency in this field of expertise. It is necessary to have knowledge of the following systems:
i. Anti-tank guided missiles.
ii. Artillery and submunition natures.
iii. Landmines.
iv. Small arm natures up to 96mm including grenades and shoulder launched unguided rockets.
b. Updates on foreign land service ammunition being encountered in recent conflict areas. This requires availability of access to current or recent conflict areas in an official capacity.
c. Simultaneous access for six persons to an online technical database that contains details on historical foreign land service ammunition natures including:
i. Technical specifications (e.g. weight, dimensions) including; manufacturer details, images, technical drawings and operator manuals.
ii. Details of mechanism of deployment.
iii. Details of mechanism of initiation.
iv. Details of similar systems and deployment systems as necessary.
v. Mitigation measures as appropriate.
vi. Proliferation details of land service ammunition including country of origin, purchasers and country of known use.
d. Four work packages of technical reports that consist of:
i. Three “Quick Look Report” that provide technical information on a foreign ammunition nature as requested by DI CA-Land. These would be requested at the start of the quarter and delivered on a monthly basis in order of priority as requested. Reports should be made available in a format as directed by DI CA-Land. This report should include:
(1) Brief background of ammunition nature.
(2) Technical specifications (e.g. weight, dimensions) including manufacturer if known.
(3) Detail of mechanism of deployment.
(4) Detail of mechanism of initiation.
(5) Imagery including a full image of the ammunition nature and a cutaway or technical drawing if available.
(6) Known strengths, weaknesses and vulnerabilities.
OR
ii. A detailed exploitation report of a foreign land service ammunition nature as requested by DI CA Land. This would be requested at the start of a quarter and delivered at the end of the quarter. This report should include.
(1) Full background of the ammunition nature to include an overview of similar systems, if part of a family of systems.
(2) Technical specifications (e.g. weight, dimensions) including manufacturer if known.
(3) Detail of mechanism of deployment.
(4) Detail of mechanism of initiation.
(5) Details of known mitigation measures or suggested mitigations.
(6) Imagery including a full image of the ammunition nature and a cutaway or technical drawing if available.
(7) A sectioned training model of the munition correct to the technical specifications.
e. Assist in the procurement of land service ammunition natures on behalf of DI CA Land. Ensure natures are free from explosive if required. This requires the contractor to be able to acquire ammunition natures of interest through legal mechanisms. This requirement will be on an adhoc basis and the contractor is expected to alert DI CA Land should an ammunition nature of interest be available.
Additional Requirements
2. The following additional requirements are not output related but should be adhered to ensure the contractor has sufficient knowledge, skills and experience to complete the outputs to an acceptable standard:
a. The contractor must be an X List company and have sufficient clearance to discuss items up to SECRET.
b. The contractor should have accreditation from a recognisable institute that is relevant to the work being conducted (such as the Institute of Munition Clearance and Search Engineers).
c. The contractor should be officially recognised by the international community as an expert.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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 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
a. The contractor should have at least 10 years of expertise in explosive ordnance capability assessment and/or explosive ordnance clearance and maintains currency in this field of expertise
b. The contractor should have accreditation from a recognisable institute that is relevant to the work being conducted (such as the Institute of Munition Clearance and Search Engineers).
c. The contractor should be officially recognised by the international community as an expert within the field of land service ammunition, specifically landmines.
d. The contractor should be a contributor to officially recognised publications within the field such as Janes.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
a. The contractor should have at least 10 years of expertise in explosive ordnance capability assessment and/or explosive ordnance clearance and maintains currency in this field of expertise
b. The contractor should have accreditation from a recognisable institute that is relevant to the work being conducted (such as the Institute of Munition Clearance and Search Engineers).
c. The contractor should be officially recognised by the international community as an expert within the field of land service ammunition, specifically landmines.
d. The contractor should be a contributor to officially recognised publications within the field.
e. Access to current or recent conflict areas in an official capacity.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
Accelerated procedure
Justification:
The small number of companies in this specialist field do not need 30 days to express interest
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
22 July 2021
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 July 2021
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: Yes
Estimated timing for further notices to be published: In two years
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
UK Strategic Command-Commercial
London
Country
United Kingdom