Supply of Safe Blank Firing System
MOD requires a Safe Blank Firing System which allows the conduct of person on person training with all configurations of the L119 A1/A2 C8 5.56 Assault Rifle.
United Kingdom-Bristol: Weapons, ammunition and associated parts
2016/S 124-222447
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)
MOD Abbey Wood, #4325, Elm 3C
BS34 8JH Bristol
United Kingdom
E-mail: DESLESTSP-DCC-ComrclGrad@mod.uk
Internet address(es):
General address of the contracting authority/entity: https://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.1.7)Information about subcontracting
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
II.2.1)Total quantity or scope:
2. The required SBFS system will include a Safe Blank Firing Attachment and 4 Safe Blank Firing Magazines, and will operate in the approved manner on both the 10” and 15,7” C8 barrels, fitted with SureFire FH556-216A Flash Hiders (NSN 1005-01-565-2672). The overall system integration will therefore be a key contractual requirement.
3. Both the C8 weapon and the Flash Hider are proprietary and subject to United States Government’s (USG) International Traffic in Arms Regulations (ITAR) constraints. Therefore, the Authority is unable to disclose interface data or provide samples from which to take measurements. Tenderers must consequently have legitimate access to the ITAR controlled interface data.
4. The proposed solution must be at Technology Readiness Level (TRL) 7 or above and as a minimum, comply with the attached Key System Requirements (KSR’s).
5. The Demonstration phase of this project will include Safe and Suitable for Service (S3), User and Technical Trials with a planned 14.10.2016 S3 Trials start date. The Authority requires a quantity of 5 SBFS samples and the trials evaluation shall be undertaken during the same time as the ITT evaluation. The supply of trials kit shall be at the contractor’s own costs. The Authority reserves the right to exclude any Bidder who is unable to provide samples in time for the start of the trials.
6. To meet Initial Operating Capability (IOC) requirements, 150 SBFS ‘kits’ that are fit for purpose and safe and suitable for service must be delivered to the users by no later than December 2017.
7. The Full Operating Capability (FOC) requirement is yet to be quantified, however, the current estimated through life consumption quantity of SBFS for C8 users is approximately 2 000.
8. Additional SBFS ‘kits’ may be purchased at a later date on an incremental basis under firm priced Options within the contract.
9. Completion of the DPQQ is sought from companies in order to seek assurance that prospective bidders have legitimate access to the ITAR control interface data as well as the skills and experience to meet the Key User Requirements for System Integration.
Estimated Total Contract Value including options: 1 225 000 GBP (based on estimated quantity of SBFS for through life support and additional users of the L119 A1/A2 C8).
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: HQ84E69893. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 5.8.2016, 17:00. 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 Help desk by emailing: support@contracts.mod.uk or call. 0800 282 324.
Estimated value excluding VAT:
Range: between 1 and 1 225 000 GBP
II.2.2)Information about options
Description of these options: Additional SBFS for through life support and wider users of the C8 system.
Section III: Legal, economic, financial and technical 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 of the European Parliament and 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 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
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.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. 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 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 andwww.contracts.mod.uk GO Reference: GO-2016627-DCB-8414791.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)
Bristol
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Supply Air Surveillance and Control System to MOD
Supply Submarine Motion Control to Ministry of Defence
Supply Radar Training System to MOD
Repair and Maintenance Services of Military Vehicles