Supply of Number 8 Replacement Rifle
Number 8 Rifle Repalcement (N8RR), the UK MOD has a requirement to replace the current in-service Number 8 Rifle due to obsolescence.
United Kingdom-Bristol: Rifles
2014/S 191-336808
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 Training and Special Programmes, Defence Equipment and Support, Elm 3c #4326 MOD Abbey Wood
For the attention of: Lindsey Knox
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067971094
E-mail: deslestsp-dcc-comrcl3a1@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 UKG21
II.1.5)Short description of the contract or purchase(s):
The system shall be able to fire the following current, in-service .22in Long Rifle (.22LR) rimfire cartridges: ‘Round .22 inch ball’ L5A2 (ADAC – 10501-02) and ‘Round .22 inch ball Tenex Ultimate’ L9A1 (ADAC – 10502-02)
The system shall not be able to accept a magazine of any type.
The system shall be based around a manually fed, bolt action rifle that is designed to be fired from the right shoulder.
The system shall have a manual safety catch that is separate from the bolt and trigger action.
The system shall be suitable for firing from the following positions: Prone
The system shall have a discrete, civilian appearance.
The weapon system shall have a modular iron sight sub-system that offers ‘Basic’ and ‘Advanced’ capability.
The system’s peak instantaneous (C weighted) noise level at the firer’s ear shall not exceed 135dBC during firing.
The system shall not be adversely affected when dropped from height in accordance with DEFSTAN 07-85, Part 4, Issue 1, Para 8.14, Para 10.4 (Drop Test).
The system shall pass a DOSG Design Safety Assessment.
II.1.6)Common procurement vocabulary (CPV)
35321200
II.1.8)Lots
II.2.1)Total quantity or scope:
The Authority may seek to procure up to 10 000 rifles in one financial year, however, this is subject to funding availability. A service element will be required for an initial period of 2 years to facilitate spares, consumables and repairs, with options to extend this period to up to 5 years. There is also a requirement for necessary manuals, user guides and training materials.
Estimated value excluding VAT: 6 000 000 GBP
II.2.2)Information about options
Description of these options: The Authority intends to let the resulting contract, subject to funding availability, with options to procure up to 10 000 rifles, plus spares and to extend the duration of the contract including service element up to a maximum of 5 years.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.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:
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.
III.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:
(d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator
(e) a statement of the economic operator’s: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property
(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract.
The information to evaluate technical capability will be sought through the Pre-Qualification Questionnaire (PQQ).
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: Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities set out at Sections lll.2.1, lll.2.2 and lll.2.3 of this Contract Notice.
The Authority will use the PQQ response to create a short-list 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.
Full details of the method for choosing the tenderers will be set out in the Dynamic 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.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.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 2.4.2014 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 web site 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 user-name 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: Y76Q5FQ7XA.
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 on-line Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Help-desk by e-mailing support@contracts.mod.uk or Telephone +44 8452707099.
GO Reference: GO-2014930-DCB-6050998
VI.4.1)Body responsible for appeal procedures
Ministry of Defence
UNITED KINGDOM
VI.5)Date of dispatch of this notice: