Shotgun System Contract (Updated) – Ministry of Defence
The project will procure a shotgun weapon and ammunition to provide a shotgun system optimised for the end users with options to increase the shotgun capability and purchase further ammunition in the future.
United Kingdom-Bristol: Weapons, ammunition and associated parts
2017/S 176-361314
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, Dismounted Close Combat (DCC)
Abbey Wood, Elm 3, #4325, Filton
For the attention of: Nick Clarke
BS34 8JH Bristol
United Kingdom
Telephone: +44 3067937585
E-mail: nick.clarke425@mod.gov.uk
Internet address(es):
General address of the contracting authority/entity: www.gov.uk/government/organisations/ministry-of-defence
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
Main site or location of works, place of delivery or of performance: Gloucestershire, Wiltshire and Bristol/Bath area.
NUTS code UKK1
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
35300000
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The change in this Notice from the one previously published (under SSP/00200) reflects the fact that current in-service ammunition is not suitable for use in a gas-operated semi-automatic shotgun and consequently the project now includes the procurement of initial batches of ammunition and the evaluation of the cost and performance of both the weapon and ammunition.
The shotgun must be capable of being used as a breaching device with 1 barrel and should be capable of changing its barrel and utilising other ammunition natures in order to be accurate at greater ranges. The shotgun will be bought initially as a breaching device with scope to add in additional capability at long range in the future dependent on need, however, the full capability of the shotgun system will be evaluated in the first instance. The shotgun system must be 12 gauge and be capable of firing a range of ammunition, be capable of holding at least 8 rounds and be semi-automatic. The natures of ammunition required are breaching (both standard and waterproof), slug and No 9 birdshot.
The contract is for the initial procurement of a minimum of 100 breaching shotguns and ammunition that are fit for purpose, and safe and suitable for service to be delivered by March 2019. It will also cover the purchasing of technical publications (in AESP format), a ‘train the trainer’ (T3) package, as well as an initial spares pack for agility in repairs and support during the training period. The contract will also include a provision for engineering support on a tasking Pro-Forma basis for the 3 years following delivery.
The contract will also include options to extend and purchase additional weapons including the longer range capability, ammunition natures and additional spares and support.
Bidders will need to provide 10 weapons and ammunition for user trials alongside their tender. Trials will test the full capability of the shotgun system, including ammunition. Tenderers will be given a nominal contribution towards the cost of the weapon systems and ammunition but it is expected the majority of trial weapons will be returned to bidders.
Suppliers will be down selected from the PQQ to 6 companies who will be invited to tender. Following the phase 1 paper based evaluation, a maximum of 3 bidders will be taken through to phase 2 user trials. The phase 1 evaluation is expected to be concluded by December 2017 and it is essential that bidders selected to participate in phase 2 trials will have the 10 weapons and ammunition available in the UK for the trials by the end of February 2018. Failure to make the weapons and ammunition available in time for the phase 2 trials will result in the bidder being excluded from further participation in the competition.
The Phase 2 trials will consist of User Trials using the 3 selected weapons using the supplied suite of ammunition, together with the current in service weapon using the current ammunition as a controlled baseline for the evaluation. Based on the outcome of the Phase 2 trials, the MOD will then invite a minimum of two bidders to participate in the Phase 3 trials. Should the scoring at the end of Phase 2 be within a range defined as close, then the MOD reserves the right to invite all 3 bidders to proceed to Phase 3.
The Phase 3 trials will consist of 2 elements, one of which will be S3 trials to establish the safety and reliability of the solution. In addition the MOD will revisit the User Trials by using all of the evaluated ammunition natures in each of the weapons, to provide assurance that the bidders initially recommended ammunition has produced the optimum results. Should the Phase 3 trial establish that a bidder’s weapon has achieved a better performance with alternative ammunition, then the bidder’s score will be adjusted. Should the use of the alternative ammunition degrade the performance of the weapon, the original results will be carried forward into the Phase 3 scoring. Should the outcome of the Phase 3 trial demonstrate that the best performing weapon and ammunition combination come from different suppliers, the MOD reserves the right to source these elements of the system from different bidders.
Estimated value excluding VAT: 1 000 000 GBP
II.2.2)Information about options
Description of these options: — To purchase additional weapons over subsequent years,
— Additional spares support package,
— Procure shotguns with long range ability,
— Option to extend duration of the contract.
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.5)Information about security clearance:
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 of the European Parliament and of the Council (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 of the European Parliament and of the Council (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
Envisaged minimum number 2 and maximum number 6
Objective criteria for choosing the limited number of candidates: The information and / or documents for this opportunity are available on 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 the Response Manager and add the following Access Code: X2DD4Y3R3Z. Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 12.10.2017 16:00. 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
Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice.
The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate under Section III.2.1) of this Contract Notice;
(2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and
(3) best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3) of this Contract Notice.
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.3.2)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.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional 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 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. The link below to the Gov.uk website provides information on the Government Security Classification.
https://www.gov.uk/government/publications/government-security-classifications
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
PQQ 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 https://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: X2DD4Y3R3Z. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 12.10.2017 16:00. 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-2017912-DCB-11005067.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)
Elm 3, MOD Abbey wood
BS34 8JH Bristol
United Kingdom
VI.5)Date of dispatch of this notice: