Manufacture and Supply of 9 mm NATO Ball Parabellum Ammunition
The MOD has a requirement for up to 10 years starting April 2016 for the Manufacture and Supply of NATO Rounds 9 mm x 19mm Parabellum.
United Kingdom-Bristol: Ammunition
2014/S 191-336806
Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, Weapons
DGM PT, #4115, Fir 1b, Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067983949
E-mail: deswpnsdgm-comrclmultiuser@mod.uk
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)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities/entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
NUTS code UKK11
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
35330000
II.1.7)Information about subcontracting
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The first 2 years will be firm quantities with options for the following eight years.
FY16/17: 5.1 million rounds
FY17/18: 3.0 million rounds
FY18/19 to 25/26 (inclusive): These will be banded options between 1 and 11 million rounds per year. The exact quantities will be confirmed 6-9 months prior to commencement of deliveries.
The ammunition is to function safely through the suite of UK in-service weapons systems:
H&K MP5 Series SMG
Sig Saur Pistol P226 and P229
Glock 17 and 19 (Gen 4 versions)
Prior to the award of contract, the contractor will be required to supply 7,000 round free of charge for a technical assessment as part of the tender selection process.
The ammunition is required to be safety transported, stored in ammunition depots worldwide, and function through the above weapons system in various in-service environments. As a minimum it will be required to meet UK quality assurance and technical specification requirements which are similar to the NATO 9mm requirements in their Multi Calibre manual of Proof and Inspection procedures (MOPI).
The ammunition will be packaged in metal ammunition containers (M2A1 containers or UK H83 Mk2 containers).
The ammunition is on NATO 4 way standard pallets and palletised to meet the requirements of STANAG 2828.
On award of the contract the supplying contractor will be responsible for obtaining NATO qualification and maintenance of this qualification through the duration of the Contract.
The ammunition will also be subjected to MOD Safety and Suitability for Service (S) trials to assess the ammunition suitability with regard it in-service storage, transport and use (MOD will terminate the Contract if any safety concerns become apparent).
Manufacturers invited to complete the PQQ and ammunition evaluation will be measured against selected criteria
Criteria Max Weighting
1 Timeliness of submission of sample ammunition Max 5
2 Proof documentation accompanying ammunition sample Max 5
3 Ammunition sample Proof documentation with Tender Max 5
4 Ammunition performance Max 30
5 Correlation of supplier proof data with test centre proof data Max 50
6 Ballistic consistency Max 20
7 Technical Data Package Max 20
8 In-sensitive assessment IAW STANAG 4439 and UN 6c Bonfire Test Max 15
II.2.2)Information about options
Description of these options: The first 2 years will be firm quantities with options for the following 8 years.
FY16/17: 5.1 million rounds
FY17/18: 3.0 million rounds
FY18/19 to 25/26 (inclusive): These will be banded options between 1 and 11 million rounds per year. The exact quantities will be confirmed 6-9 months prior to commencement of deliveries.
Section III: Legal, economic, financial and technical information
III.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 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.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information:
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available atwww.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
From 2 April 2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.
https://www.gov.uk/government/publications/government-security-classifications
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 instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes 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.
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on http://www.contracts.mod.uk.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 96872JNDD2.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
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.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0845 270 7099.
GO Reference: GO-2014101-DCB-6055138
.
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on http://www.contracts.mod.uk/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 96872JNDD2. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 3.11.2014 10:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing — support@contracts.mod.uk or call +44 8452707099.
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on http://www.contracts.mod.uk.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 96872JNDD2.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
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.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone +44 8452707099.
GO Reference: GO-2014101-DCB-6055244
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Weapons
Body responsible for mediation procedures
Ministry of Defence, Weapons
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Weapons
VI.5)Date of dispatch of this notice: