Supply of ballistic shields.

CONTRACT NOTICE

Supplies

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Personal Combat Equipment Project Team, DE&S;
DE&S;, ICG PCE, #4335 Elm 3c, Abbey Wood
Attn: Mark Kelson
BS34 8JH Bristol
UNITED KINGDOM
Tel. +44 3067983105
E-mail:

Further information can be obtained at: As in above-mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)

Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Ministry or any other national or federal authority, including their regional or local sub-divisions
Defence
Public order and safety
The contracting authority is purchasing on behalf of other contracting authorities Yes

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
Supply of ballistic shields.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main place of delivery London.

NUTS code UKI

II.1.3)The notice involves
The establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged 2
Duration of the framework agreement: Duration in year(s): 5
Justification for a framework agreement, the duration of which exceeds four years: 2 year arrangement with options for further 2 + 1 years
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT
Range: between 425 000 and 1 257 000 GBP
II.1.5)Short description of the contract or purchase(s)
Security, fire-fighting, police and defence equipment. Possible Future Purchase of a range of ballistic shields. Companies may express interest for one or both lots. Lot 1 Initial procurement of 150 rigid ballistic shields in three sizes (50 of each to be defined at PQQ) to defeat a high end 7,62 mm threat round. Initial delivery is expected to be completed by March 2012 Companies will be required to submit full details of their solution and ballistic proof test data as part of their PQQ submission (this may be verified by independent ballistic testing at ITT). Companies will be required to submit three samples for assessments and user trials as part of their ITT submission. Lot 2 Initial Procurement of 150 rigid modular shields (one shield size, with ability for multidirectional shield size increase as defined in PQQ) to defeat a high end 7.62mm threat round. Initial delivery is expected to be completed by March 12. Companies will be required to submit full details of their solution and ballistic proof test data as part of their PQQ submission (this may be verified by independent ballistic testing at ITT). Companies will be required to submit three samples for assessments and user trials as part of their ITT submission.
II.1.6)Common procurement vocabulary (CPV)

35000000

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
II.1.8)Division into lots
Yes
tenders should be submitted for one or more lots
II.1.9)Variants will be accepted
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
II.2.2)Options
Yes
description of these options: 2 year enabling arrangement with options for further 2 + 1 years
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Duration in months: 60 (from the award of the contract)

INFORMATION ABOUT LOTS

LOT NO: 1 TITLE Supply of ballistic shields
1)SHORT DESCRIPTION
Initial procurement of 150 rigid ballistic shields in three sizes (50 of each to be defined at PQQ) to defeat a high end 7.62mm threat round.
Initial delivery is expected to be completed by March 2012.
Companies will be required to submit full details of their solution and ballistic proof test data as part of their PQQ submission (this may be verified by independent ballistic testing at ITT).
Companies will be required to submit three samples for assessments and user trials as part of their ITT submission.
2)COMMON PROCUREMENT VOCABULARY (CPV)

35000000

3)QUANTITY OR SCOPE
Excluding VAT 425 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 2 TITLE Supply of Ballistic Shields
1)SHORT DESCRIPTION
Initial Procurement of 150 rigid modular shields (one shield size, with ability for multidirectional shield size increase as defined in PQQ) to defeat a high end 7,62 mm threat round.
Initial delivery is expected to be completed by March 12.
Companies will be required to submit full details of their solution and ballistic proof test data as part of their PQQ submission (this may be verified by independent ballistic testing at ITT).
Companies will be required to submit three samples for assessments and user trials as part of their ITT submission.
2)COMMON PROCUREMENT VOCABULARY (CPV)

35000000

3)QUANTITY OR SCOPE
Excluding VAT 832 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS

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 regulating 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
III.2)CONDITIONS FOR PARTICIPATION
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 requirements are met: (a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgement which has he force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by ay means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: (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 3 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.
III.2.3)Technical capacity
III.2.4)Reserved contracts
No
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service

SECTION IV: PROCEDURE

IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedure
Accelerated restricted
Justification for the choice of accelerated procedure: Operational Requirement.
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)An electronic auction will be used
Yes
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
PCE/00005
IV.3.2)Previous publication(s) concerning the same contract
No
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time-limit for receipt of tenders or requests to participate
19.9.2011 - 23:59
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.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATION

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: These contract opportunities are published in the Official Journal of the European Union (OJEU) and the MoD Defence Contracts Bulletin. The award of any subsequent contract arising from such requirements is subject to the Public Contract Regulations 2006. Where advertising is necessary in the OJEU and the DCB, the content of the two adverts must be exactly the same. Tracker Reference: TKR-2011826-DCB-2587875 GO Reference: GO-2011826-DCB-2587876.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures

Personal Combat Equipment Project Team, DE&S;

Body responsible for mediation procedures

Personal Combat Equipment 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

Personal Combat Equipment Project Team, DE&S;

VI.5)DATE OF DISPATCH OF THIS NOTICE:
26.8.2011

Other interesting websites