Supply of Targets for Shooting Practice
The Authority is considering establishing a Framework Agreement (FA) for the Supply of Aluminium Targets used by the British Army.
United Kingdom-Telford: Targets for shooting practice
2016/S 161-291583
Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Babcock DSG Limited
Mod Donnington, Building B15
For the attention of: Andy Johnson
TF2 8JT Telford
United Kingdom
Telephone: +44 1952673835
E-mail: andrew.johnson1@babcockinternational.com
Fax: +44 1952673864
Internet address(es):
General address of the contracting authority/entity: www.babcockinternational.com
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: Telford and Wrekin.
NUTS code UKG21
II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in months: 84
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 869 716 and 4 500 000 GBP
II.1.5)Short description of the contract or purchase(s):
The Authority is seeking a single supplier to provide all items, Tenderer’s shall be provided with drawings and specifications and shall be required to manufacture/source and price the items in scope for the requirement. Copies of drawings and the specifications are available under the supporting documentation tab of the PQQ and shall also be provided with the Invitation to Tender.
The Authority reserves the right to add items of a similar nature to the contract during its lifetime.
Any resulting contract shall contain a set of Key Performance Indicators to measure performance in areas such as delivery and quality and shall include remedies for poor performance.
In accordance with the Government’s transparency agenda, the Authority shall publish the Tender and Contract documents online. Further guidance shall be provided with the ITT.
II.1.6)Common procurement vocabulary (CPV)
35210000
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 869 716 and 4 500 000 GBP
II.2.2)Information about options
Description of these options: The duration of the FA shall be firm for 4 years with the option to extend by up to a further 3 years.
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:
Potential suppliers must note that the use of the Babcock DSG electronic ordering and payment system is a mandatory requirement for this contract. Unconditional acceptance of all references to the Babcock DSG electronic ordering and payment system is required.
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.
III.2.2)Economic and financial ability
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: The requirement as stated in the DPQQ shall prevail.
Minimum level(s) of standards possibly required: The requirement as stated in the DPQQ shall prevail.
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: The requirement as stated in the DPQQ shall prevail.
Minimum level(s) of standards possibly required: The requirement as stated in the DPQQ shall prevail.
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:
The requirement as stated in the DPQQ shall prevail.
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: The Authority shall use the PQQ response to create a short list of tenderers.
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 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
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: 9VV2UQS9WU.
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 help desk by emailing: support@contracts.mod.uk or Telephone. 0800 282 324.
GO Reference: GO-2016818-DCB-8651071.
VI.4.1)Body responsible for appeal procedures
Babcock DSG Limited
Telford
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Maritime Training Systems for MOD
Flight Simulation Training Systems for MOD
Programme Hades – Ministry of Defence
Supply of Safe Blank Firing System