By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

DGM/1721 - Procurement of NSPLW Ammunition.

Contract notice

Supplies

Directive 2009/81/EC

Section I: Contracting authority/entity

I.1)Name, addresses and contact point(s)

Defence General Munitions Project Team, DE&S;
Fir1b #4115, MOD Abbey Wood
Contact point(s):
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067983949
E-mail:

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
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Defence
I.4)Contract award on behalf of other contracting authorities/entities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
DGM/1721 - Procurement of NSPLW Ammunition.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKK11

II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Ammunition. Procurement of NSPLW Ammunition.
II.1.6)Common procurement vocabulary (CPV)

35330000

II.1.7)Information about subcontracting
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The MoD has a potential requirement to procure the following natures:
1. Round 0.30 Inch Ball (Rifle M1);
2. Round 0.30 Inch Ball M2 (Garand Rifle);
3. Round 0.308 inch Winchester Federal LE308T1 165g;
4. Round 0.357 Inch Magnum Semi Wadcutter 158 Grain;
5. Round 0.38 Inch Special Round Nose 158 Grain;
6. Round 0.45 Inch Ball Auto Colt Pistol;
7. Round 5.45mm x 39mm Ball;
8. Round 7.62mm x 39mm Ball Short;
9. Round 7.62mm x 54mm Ball Long;
10. Round 9mm Ball L28A2 (Makarov);
11. Cartridge 7.62mm x 39mm Blank Short.
Potential suppliers must be able to comply with the following requirements (evidence required) and direct delivery from a single manufacturer will be our preferred option.
Propellant Criteria:
A1- Depending on manufacturing Lot sizes, a nature's quantity shall be manufactured from a homogeneous propellant batch.
A2 - Ammunition age to be within 6 months of manufacturer's date.
A3 - Propellant stability must have been tested and passed criteria outlined in AOP-48 (Edition 2 Oct 2008) to prove a 5 to 10 year shelf life.
Documentation Criteria:
B1 - Explosive Hazard Data Sheet (EHDS) shall be produced in accordance with Def Con 68.
B2 - Explosives Qualified in accordance with STANAG 4170 or evidence of compliance to STANAG 4170 requirements.
B3 - Hazard Classification (HCC) relating to transport.
Packaging Criteria:
C1 - Packed in H83 or M2A1 and marked in accordance with Def Stan 00-810 Part 20 (Issue 1 2006).
C2 - Inner Packages to be marked in accordance with Def Stan 00-810 Part 20 (Issue 1 2006).
Desirable:
D1 - The ammunition will be required to be palletised in a configuration that meets the safety requirements of STANAG 2828 and MOD requirements of DEF STAN 00-814 Issue 2 (MOD already has a design that will meet this requirement utilising
a standard NATO pallet that will be made available if required.
D2 - NATO Stock Number (NSN) for natures.
II.2.2)Information about options
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)Conditions relating to the contract
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.1.5)Information about security clearance:
III.2)Conditions for participation
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.2.2)Economic and financial ability
III.2.3)Technical and/or professional capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction has been used: yes
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)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DGM/1721
IV.3.2)Previous publication(s) concerning the same contract
no
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
22.5.2013 - 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
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.

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-2013422-DCB-4749873

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Defence General Munitions Project Team, DE&S;
Fir1b #4115, MOD Abbey Wood
BS34 8JH Britsol
UNITED KINGDOM
E-mail:
Telephone: +44 3067983949

Body responsible for mediation procedures

Defence General Munitions Project Team, DE&S;

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Defence General Munitions Project Team, DE&S;

VI.5)Date of dispatch of this notice:
22.4.2013

Other interesting websites