Procurement of Ballistic Shields for Ministry of Defence
The Authority has a potential requirement for the manufacture and supply of five designations of Training and Operational Shields, with one designation being a modular variant with full supporting documentation.
United Kingdom-Bristol: Protective gear
2015/S 118-214381
Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, Land Equipment, Soldier System Programmes
Elm 3c #4335, MOD Abbey Wood
For the attention of: Nick Clarke
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067937585
E-mail: deslestsp-dcc-comrcl3@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 UKJ14
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
18143000
II.1.7)Information about subcontracting
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Authority requires QTY 399 of the various designations for Operational Use and the exterior colour of all operational shields shall be dull; Qty 105 of the various designations for Training will be provided however the Training shields are not required to be ballistic but must be representative of the Ballistic Shield in weight and size and must have an exterior colour of Deep Saxe Blue No. 113 with ‘Only for Use in Training’ clearly marked on the rear of the shield.
The dimensions w/h (mm) with a tolerance of +/- 5 m of the shields are:
i) 500/600;
ii) 500/1000;
iii) 400/800;
iv) 400/1550;
v) Modular, comprising of 2x Base Shield 400/400 and 2x Side Shield 400/600.
The Modular shield must be able to be assembled/disassembled by a single person without the use of tools and within a reasonable time (approx 5 minutes) and within periods of darkness where visibility is limited to approximately arms lengths and whilst wearing Night Vision Devices.
The modular shield must be able to support its own weight when assembled and the weights of the shields will be a slight as possible with largest single shield weighing no more than 15 kg.
The Authority also requires a man portable stand alone frame to hold the modular shield.
i) In all weather conditions and in wind speeds up to and to include 20 mph.
ii) Operate across all terrains by a single operator.
iii) Operate across all terrains by a group of 3 operators to in clued stairs and walls.
All designations of the shields must be able to operate within a wide range of environmental conditions and retain the ballistic integrity.
i) Within Climatic conditions A1, C1, M2 as define in DEFSTAN 00-35 Part 4-2.
ii) Water repellence of all materials to at least BS EN 29865 with absorption producing less than 5 % increase in mass.
iii) Withstand rough treatment associated with the use, knocks, falls etc.
iv) Within a CBRN environment.
v) Unreceptive to POL contamination.
Covers are to be provided for all variants of shields to suit operational environments.
i) Multicam/Multi-Terrain Pattern (MTP)
ii) Black or Dark Admiralty Grey No 632
iii) Deep Saxe Blue No 113
The shields must;
i) operate with and not restrict the use of In-Service equipment and weapons.
ii) must be able to be transported as a man-packable load using current In-Service carriage frames.
iii) must place a low physical burden upon the operator.
iv) must be able to be held by a single operator with left, right or both hands.
v) must comply with all relevant current and known future UK and EU Legislation and supplied with a part 2 Safety Case Report.
vi) are to be supplied with a period of ballistic guarantee from the supplier.
The Authority reserves the right to procure all or part of the requirement as a single lot subject to the results of the technical evaluation.
It is intended that the technical assessment will be undertaken in three stages; (1) Initial Technical Assessment; (2) User Trials and (3) Independent Ballistic Testing within an ISO 17025 accredited test facility. The Authority reserves the right to limit partication in the Stage 2 User Trials,to the four bidders achieving the best scores in the Stage 1 evaluation, and similarly reserves the right to limit participation in the Stage 3 Ballastic Testing to the two bidders achieving the best scores in the Stage 2 evaluation.
Full details of the Commercial and Techncial Assessment will be included within the Invitation to Tender (ITT). Economic Operators selected to receive an ITT will be required to submit a free representative shield samples of each type to support the Stage 1 Initial Technical evaluation. Further samples will be required from those bidders taken forward to Stage 2 User Trials (up to 40) and further samples for Stage 3 Ballistic Trials; the Authority will consider making a contribution towards the cost of these additional samples.
Involvement with this requirement will require access to SECRET material therefore only suppliers who hold, or who would be willing to obtain, the necessary Security Clearance (SC), will be required to have this in place by the proposed Contract Award date.
The Authority is planning on holding a ‘Requirements Familiarisation Day (RFD)’ at the Infantry Trials and Development Unit (ITDU) at Warminster shortly after the issue of the ITT at which details of the threat will be articulated to Companies who have been invited to Tender following the Dynamic PQQ downselection.
Estimated value excluding VAT: 2 500 000 GBP
II.2.2)Information about options
Description of these options: Contract will contain Options for the procurement of additional items and their associated support. The options will also cover repair and refurbishment activity. these will be detailed in the ITT.
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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
Objective criteria for choosing the limited number of candidates: Detailed in associated PQQ.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
Additional information about electronic auction: Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.
IV.3.1)File reference number attributed by the contracting authority:
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 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: 4QHBZN8K3D. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 27.7.2015 9:00. 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 0800 282 324. GO Reference: GO-2015618-DCB-6693422.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Land Equipment, Soldier System Programmes
Body responsible for mediation procedures
Ministry of Defence, Land Equipment, Soldier System Programmes
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Land Equipment, Soldier System Programmes
VI.5)Date of dispatch of this notice: