Tender

The Procurement and In-Service Support for the Virtus Re-Compete Torso Sub System

  • Ministry of Defence

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

Notice identifier: 2024/S 000-020587

Procurement identifier (OCID): ocds-h6vhtk-047305

Published 5 July 2024, 12:29pm



Section one: Contracting authority/entity

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

Ministry of Defence

MOD Abbey Wood, Cedar 2B

Bristol

BS34 8JH

For the attention of

Gardiner Rodney

Email(s)

rodney.gardiner114@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

The Procurement and In-Service Support for the Virtus Re-Compete Torso Sub System

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)

1. Introduction and Scope

The Authority has a requirement for the ongoing supply, support and development of the VIRTUS integrated Soft body armour and load carriage system.

The VIRTUS system focuses on 3 of the NATO soldier domains: survivability, mobility and sustainability. VIRTUS is the UK Armed Forces integrated Soft Body Armour, Helmet and Load Carriage system based on the soldier. VIRTUS comprises of a head and torso sub-system with integrated load carriage and a Quick Release (QR) mechanism, to allow escape from water, confined space or to allow rapid access to the body in an emergency.

This notice is NOT for the procurement of the Head Sub System.

The DE&S DCC Survivability Team intends to competitively assess, select and award a contract to deliver and support the Virtus Torso Sub System capability to all tri-service users including Army, Royal Navy and Royal Air Force.

The Torso Sub System requirement is for all body armour and load carriage equipment within the current VIRTUS system including but not limited to scalable tactical vests, soft armour filler, extremity protection, bergens and pouches.

The Contract shall also include the ability for the Authority to utilise Post Design Services (PDS) for the ongoing development of the system to ensure that it continues to provide optimal performance as technology develops and matures. There may also be a requirement within the Contract for the provision of training in the use of the VIRTUS system and for the refurbishment and disposal of VIRTUS items.

The System needs to comply with MOD standards and policies for quality, safety and cyber amongst others. Full details shall be provided at the Invitation To Negotiate (ITN) stage of the competition.

The Competitive procedure will be managed in accordance with the Competitive Negotiated Procedure under the Defence and Security Public Contracts Regulations 2011.

You may express your interest in this requirement by completing the Dynamic Pre-Qualification Questionnaire (DPQQ) found at

https://contracts.mod.uk/go/9113732701908259B595

The full requirement will be issued in the ITN and suppliers will be given appropriate time to respond with their tenders.

2. Contract Options

The contract will be for Five years

The contract will have an additional 4 x 1 Year options taking the maximum length of the contract up to 9 years.

The Authority reserve the right, at its absolute discretion, to not take up any or all the option years. Further information on the option will be provided in the Invitation to Tender.

3. Post Design Services (PDS) during Competition

During the Torso Sub System competition, there will be pieces of Post Design Services on the TSS that will continue on the current In-Service contract. There will be a full list of any ongoing PDS along with expected completion dates and any further aspirational PDS tasks provided at ITN release.

4. Estimated Timescales

The table below details the anticipated time frames of this procurement. These dates are provided for information only.

Activity Date

Final date for DPQQ Clarification Questions: 5th August 2024

DPQQs returned to MOD: 16th August 2024

Invitation to Tender Issued: November 2024

Tenders Returned to MOD: May 2025

Authority Evaluation of ITN Completed: June 2025

Anticipated Date of Contract Award: August 2025

Contract Expiry: August 2034 (including options)

two.1.6) Common procurement vocabulary (CPV)

  • 18143000 - Protective gear

Additional CPV code(s)

  • 18931100 - Rucksacks
  • 18934000 - Kitbags
  • 18936000 - Textile bags
  • 35113400 - Protective and safety clothing
  • 35811300 - Military uniforms
  • 35812200 - Combat suits
  • 35812300 - Combat gear
  • 35813100 - Helmet covers
  • 35815100 - Bullet-proof vests

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

Options to extend the contract duration by an additional Four (4) years up to a maximum duration of Nine (9) Years

Estimated value excluding VAT:

Range: between £33,000,000 and £135,000,000

two.3) Duration of the contract or time limit for completion

Duration in months: 108 (from the award of the contract)


Section three. Legal, economic, financial and technical information

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: 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.

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 on financial ability will be assessed as part of your pre-qualification questionnaire return

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 on technical ability will be assessed as part of your pre-qualification questionnaire return


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Negotiated

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 8

Objective criteria for choosing the limited number of candidates: A minimum number of 3 and a maximum number of 8 Economic Operators will be Invited to tender.

These will be the top 8 highest scoring responses against the Pre Qualification Questionnaire that are compliant.

Should Economic Operators receive exactly the same weighted score and be tied for 8th place then the Economic Operator who achieves the highest score for the following question:

Section 2.1 - Delivery Capacity

Shall be awarded the eighth and final place in the ITN with the lowest scoring Economic Operator(s) then out of the competition.

In the event of 2 or more Economic Operators having the same weighted score in the Delivery Capacity Section, then the highest score in:

Section 2.2 - Post Design Services Section

Shall be awarded the eighth and final place in the ITN with the lowest scoring Economic Operator(s) then out of the competition.

In the event of 2 or more Economic Operators having the same weighted score in the Post Design Services Section, then the highest score in:

Section 2.3 - Supply Chain

Shall be awarded the eighth and final place in the ITN with the lowest scoring Economic Operator(s) then out of the competition.

If scores are still tied then all Economic Operators who are tied for 8th then all will be issued with the ITN.

The Authority reserves the right to take forward a number of Economic Operators lower than three (3) should it fail to receive at least three (3) compliant DPQQ submissions.

Please refer to the Dynamic Pre Qualification Questionnaire (DPQQ) for evaluation criteria and further guidance.

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: yes

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

704717450

four.3.2) Previous publication(s) concerning the same contract

Prior information notice

Notice number: 2024/S 000-019677 of 27 June 2024

Other previous publications

Notice number: 2024/S 000-016482 of 24 May 2024

Notice number: 2023/S 000-035221 of 29 November 2023

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

16 August 2024

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

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.

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

DCC Survivability Team, Defence Equipment and Support

MOD Abbey Wood, Cedar 2B

Bristol

BS34 8JH

Email(s)

rodney.gardiner114@mod.gov.uk

Telephone

+44 3001525302

Country

United Kingdom

Internet address

https://des.mod.uk/