Tender

Supply of Dismountable Ballistic Protection

  • Ministry of Defence

F17: Contract notice for contracts in the field of defence and security

Notice identifier: 2023/S 000-018646

Procurement identifier (OCID): ocds-h6vhtk-03ddcc

Published 30 June 2023, 11:08am



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Ministry of Defence

MoD Abbey Wood

Bristol

BS34 8JH

Contact

Jessica.Cainey100@mod.gov.uk

For the attention of

Jacqueline Barry and/or Jessica Cainey

Email(s)

jacqueline.barry111@mod.gov.uk

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)


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

Supply of Dismountable Ballistic Protection

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

Naval Store Portsmouth

NUTS code

  • UKJ31 - Portsmouth

two.1.5) Short description of the contract or purchase(s)

Supply and repair of Dismountable Ballistic Protection

two.1.6) Common procurement vocabulary (CPV)

  • 35300000 - Weapons, ammunition and associated parts

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

The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified

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

Estimated value excluding VAT:

£2,800,000

two.2.2) Information about options

Options: No

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

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.1.5) Information about security clearance

Candidates which do not yet hold security clearance may obtain such clearance until: 4 August 2023

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.

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: 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.

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: 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.


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 number of operators: 6

Objective criteria for choosing the limited number of candidates: This will be covered in the Dynamic Pre-Qualification Questionnaire Guidance Document

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

707409450

four.3.4) Time limit for receipt of tenders or requests to participate

31 July 2023 - 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 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 Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference – RAR-340691076)