Supply of Choker Lite Mineroller Systems
Detection apparatus for mines. UK-Bristol: detection apparatus for mines
2012/S 50-081510
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Manoeuvre Support Team, DE&S
Spruce 2b, #1211 DE&S MOD Abbey Wood
Contact point(s): MS-Comrcl1
For the attention of: Ian Hamblin
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 1179131409
E-mail: DESLECWG-MS-Comrcl1@mod.uk
Fax: +44 1179131908
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 II: Object of the contract
Purchase
NUTS code
The Choker Lite Systems will be designed to fit to existing UK Wheeled Vehicle Platforms and shall weigh no more than 1 000 Kgs, therefore a Commercial of the Shelf (COTS) system is preferred but other designs will be considered. The Choker Lite Systems needs to be modular with easily inter changeable parts and all components will need to be NATO Codified.
The Choker Lite Systems needs to be designed, manufactured and in service by December 2012. It is currently envisaged that between 50 and 100 systems will be required (exact number of units to be confirmed) however this is subject to variation.
Apart from the UK, the Choker Lite Systems will be deployed and utilised in the Middle East but will not necessarily be restricted to these areas. Therefore consideration to the diverse weather conditions [i.e extreme heat – extreme cold] shall be required to ensure that the systems and host platforms are not adversely affected in said conditions.
Expressions of Interests are invited from companies who can demonstrate competence in the pushed trailer environment and who preferably already have a system developed and fully qualified. Companies shall note that the project has very aggressive timescales for supply.
Upon receipt and assessment of the responses to the Pre Qualification Questionnaire [PQQ], it is the Authority’s intention to consider inviting a minimum of 3 and no more than 6 companies to submit tenders. An Invitation to Tender [ITT] may be issued to selected companies following the Authority’s assessment of the Pre Qualification Questionnaire and will contain details of the procurement and protential options for future purchases. ITT’s will be assessed to establish the most economically advantageous / best value for money solution which fully meets the requirement within the aggressive timescales of the project. Full criteria will be specified in the ITT alongside the evaluation process.
Additional Information.
The contracting process for this requirement will utilise the Accelerated Restricted process timescales due to the Urgent Operational Requirements (UOR) status of this project and shall be in accordance with the European Union Defence and Security Public Contracts Regulations (DSPCR) 2011. Any late expressions of interest from companies will not be considered. Similarly requests for extensions to timelines for return of the PQQ and ITT will not be considered in this instance except for in the most exceptional of circumstances. All responses shall be in English language.
Should interested parties wish to provide any promotional material for review at the expression of interest stage, please ensure this does not exceed 5 A4 pages. An expression of interest shall be returned to the Commercial Officer no later than close of play (5:00pm) 19th March 2012.
The announcement of a future requirement is not to be construed as confirmation that a tender/contract will subsequently be issued. Announcements are for information only. Thus the issue of a possible future purchase notice, or the issue of an invitation to tender, is not to be construed as a commitment by the MoD to place an order as a result of the tendering exercise or at a later stage. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of the potential suppliers. Announcements herein may also be published in the MoD Defence Contracts Bulletin, the Official Journal of the European Union (OJEU) or the European Defence Agency’s Electronic Bulletin Board as appropriate.
31642200
The Choker Lite Systems will be designed to fit to existing UK Wheeled Vehicle Platforms and shall weigh no more than 1 000 Kgs, therefore a Commercial of the Shelf (COTS) system is preferred but other designs will be considered. The Choker Lite Systems needs to be modular with easily inter changeable parts and all components will need to be NATO Codified.
The Choker Lite Systems needs to be designed, manufactured and in service by December 2012. It is currently envisaged that between 50 and 100 systems will be required (exact number of units to be confirmed) however this is subject to variation.
Description of these options: Option will be identified and included within the Invitation to Tender.
Provisional timetable for recourse to these options:
in months: 6 (from the award of the contract)
Section III: Legal, economic, financial and technical information
Description of particular conditions: Conditions will be identified and included within the Invitation to Tender documentation.
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
Section IV: Procedure
Justification for the choice of accelerated procedure: Due to Urgent Operational Requirement status of the project.
Section VI: Complementary 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.
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 GO Reference: GO-201238-DCB-3770493.
Manoeuvre Support Team, DE&S
Spruce 2b, #1211, MOD Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: DESLECWG-MS-comrcl1@mod.uk
Telephone: +44 117931409
Fax: +44 1179131908
Body responsible for mediation procedures
Manoeuvre Support Team, DE&S
Spruce 2b, #1211, MOD Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: DESLECWG-MS-Comrcl1@mod.uk
Telephone: +44 117931409
Fax: +44 1179131908
Manoeuvre Support Team, DE&S
Manoeuvre Support Team, DE&S, Spruce 2b
BS34 8JH Bristol
UNITED KINGDOM
E-mail: DESLECWG-MS-Comrcl1@mod.uk
Telephone: +44 117931409
Fax: +44 1179131908
VI.5)Date of dispatch of this notice:8.3.2012