Supply of Handheld Digital Void Search Scopes
Manufacturers are invited to submit details of a handheld digital low light scope (or scopes) to satisfy 2 types of requirement.
United Kingdom-Bristol: Endoscopes
2015/S 115-208048
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ministry of Defence, Land Equipment, Special Projects SPSCM Team
Defence Equipment and Support, Rowan 0c #8207, MOD Abbey Wood
Contact point(s): SPSCM-Comrcl-1b
For the attention of: Nicolas Gibbs
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067936752
E-mail: deslestsp-spscm-comrcl1b@mod.uk
Fax: +44 1179137945
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
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)
a) A lightweight scope for void search and reconnaissance, capable of functioning in low-light conditions.
b) A high-definition scope for low-light void search and diagnostics, with a remotely controllable optical head capable of maintaining a set position.
Both requirements must be capable of being used while wearing Personal Protective Equipment (PPE) which may include gloves and safety goggles. The system(s) must be able to record data without the use of wireless data transmission and must be non-conductive and non-magnetic. The equipment must be able to be prepared, deployed and used by a single individual.
In addition, the Authority requires a Support Contract for the equipment for an initial 3-year period with 2x 1-year Options, which should take into account repair and routine calibration (if required). The Manufacturer should also include a list of relevant spares and ancillaries to be provided along the same timescale as the Support Contract.
Interested parties should submit an expression of interest, which includes an appropriate scope covering this requirement, to the Authority’s nominated representative. This should include, but is not limited to, a full technical description and details of the equipment.
Further to the above, and as a result of assessment of responses, the Authority may request samples of products that meet the above requirements as part of the tender process. These units will be required to be supplied on loan at no cost to the Authority in order to test compliance with the system requirements. Manufacturers would then be expected to supply a manufacturing delivery schedule for direct delivery to a nominated establishment in the UK.
II.1.6)Common procurement vocabulary (CPV)
33168100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
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.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, 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 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) 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. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(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.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.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 https://www.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: 7Q6M76X52Z.
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 800282324.
GO Reference: GO-2015612-DCB-6676118.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Land Equipment, Special Projects SPSCM Team
Body responsible for mediation procedures
Ministry of Defence, Land Equipment, Special Projects SPSCM Team
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Land Equipment, Special Projects SPSCM Team
VI.5)Date of dispatch of this notice: