Tender

Procurement of the C8 Safe Blank Firing System

MINISTRY OF DEFENCE, LAND EQUIPMENT, DISMOUNTED CLOSE COMBAT (DCC)

This public procurement record has 1 release in its history.

Tender

05 Jan 2021 at 16:32

Summary of the contracting process

The Ministry of Defence (MoD), specifically the Land Equipment, Dismounted Close Combat (DCC) division, is currently conducting a procurement process for the "C8 Safe Blank Firing System". This tender falls under the goods category, related to weapons, ammunition, and associated parts, with a value of approximately £1.5 million and a minimum contract value of £1 million. The procurement is currently in the Tender stage, and responses must be submitted by 14 February 2021. The delivery locations specified for this contract are within the Gloucestershire, Wiltshire, and Bristol/Bath areas in the United Kingdom.

This procurement opportunity represents significant potential for small and medium enterprises (SMEs) engaged in the defence sector, particularly those specialising in manufacturing weapons and ammunition components. Businesses with capabilities in producing suppressors and firing systems, or those represented by agents managing multiple original equipment manufacturers (OEMs), may find this tender particularly suited to their offerings. To successfully compete, interested suppliers should ensure compliance with all specified eligibility criteria and be prepared to demonstrate their capacity to fulfill the requirements set forth in this tender.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Procurement of the C8 Safe Blank Firing System

Notice Description

Weapons, ammunition and associated parts. The procurement of a Suppressor and Safe Blank Firing System for the C8 Rifle that includes mechanisms to disrupt the feed of and safely capture live rounds. The system will include a suitable interface to allow Level 1 (User) fitment and removal of a SBFS and suppressor without the requirement for tools. Note: It is recommended that potential suppliers refer to the DPQQ for full information. Quantity or scope: The procurement of a Suppressor and Safe Blank Firing System for the C8 Rifle that includes mechanisms to disrupt the feed of and safely capture live rounds. The system will include a suitable interface to allow Level 1 (User) fitment and removal of a SBFS and suppressor without the requirement for tools. The Full Operating Quantity is yet to be quantified however the current estimated through-life consumption quantity of SBFS for the C8 is approximately 2,000.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0287db
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000149-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Restricted
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment


CPV Codes

35300000 - Weapons, ammunition and associated parts

Notice Value(s)

Tender Value
£1,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Jan 20215 years ago
Submission Deadline
14 Feb 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE, LAND EQUIPMENT, DISMOUNTED CLOSE COMBAT (DCC)
Contact Name
Lisa Sinfield
Contact Email
lisa.sinfield100@mod.gov.uk
Contact Phone
+44 3001666082

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
TLK1 Gloucestershire, Wiltshire and Bristol/Bath area

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0287db-2021-01-05T16:32:02Z",
    "date": "2021-01-05T16:32:02Z",
    "ocid": "ocds-h6vhtk-0287db",
    "description": "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.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. The link below to the Gov.uk website provides information on the Government Security Classification. https://www.gov.uk/government/publications/government-security-classifications 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 The Risk Assessment Reference (RAR) for this project is: RAR-C8F25CCJ The Cyber Risk Rating is: Very Low 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.dcocontracts.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: GUK6966582. Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is 14/02/2021 23:55. 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 Helpdesk by emailing - support@contracts.mod.uk or call 0800 282 324. 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.dcocontracts.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: GUK6966582. 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 0800 282 324. GO Reference: GO-202115-DCB-17596449",
    "initiationType": "tender",
    "tender": {
        "id": "700810376",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Procurement of the C8 Safe Blank Firing System",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35300000",
            "description": "Weapons, ammunition and associated parts"
        },
        "mainProcurementCategory": "goods",
        "additionalClassifications": [
            {
                "scheme": "TED_TYPE_SUPPLIES_CONTRACT",
                "id": "PURCHASE",
                "description": "Purchase"
            }
        ],
        "description": "Weapons, ammunition and associated parts. The procurement of a Suppressor and Safe Blank Firing System for the C8 Rifle that includes mechanisms to disrupt the feed of and safely capture live rounds. The system will include a suitable interface to allow Level 1 (User) fitment and removal of a SBFS and suppressor without the requirement for tools. Note: It is recommended that potential suppliers refer to the DPQQ for full information. Quantity or scope: The procurement of a Suppressor and Safe Blank Firing System for the C8 Rifle that includes mechanisms to disrupt the feed of and safely capture live rounds. The system will include a suitable interface to allow Level 1 (User) fitment and removal of a SBFS and suppressor without the requirement for tools. The Full Operating Quantity is yet to be quantified however the current estimated through-life consumption quantity of SBFS for the C8 is approximately 2,000.",
        "value": {
            "currency": "GBP",
            "amount": 1500000
        },
        "minValue": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "hasOptions": false,
        "hasRenewal": false,
        "contractPeriod": {
            "durationInDays": 1800
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UKK1"
                    }
                ],
                "deliveryLocation": {
                    "description": "Gloucestershire, Wiltshire and Bristol/Bath area"
                }
            }
        ],
        "subcontracting": {
            "description": "The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed. The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract. The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in part 7 of the DSPCR 2011."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "depositsGuarantees": "A Parent Company or Bank Guarantee may be required",
            "languages": [
                "en"
            ]
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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.dcocontracts.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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ],
            "description": "Where an Agent is representing multiple original equipment manufacturers (OEM), an Agent may propose only one complete system from each OEM they represent, with a maximum of two bids submitted from any agent. In such instances, the Agent would be required to submit a separate response for each solution. The Authority will not consider more than one response from a single OEM."
        },
        "contractTerms": {
            "otherTerms": "The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law and government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter 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.",
            "financialTerms": "As detailed in the Invitation to Tender",
            "tendererLegalForm": "If a group of economic operators submits a bid, they must nominate a legal entity to tender and enter into the Contract with the Authority."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted",
        "secondStage": {
            "minimumCandidates": 3,
            "maximumCandidates": 6
        },
        "tenderPeriod": {
            "endDate": "2021-02-14T23:59:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-409",
            "name": "Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)",
            "identifier": {
                "legalName": "Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)",
                "id": "UK"
            },
            "address": {
                "streetAddress": "Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Lisa Sinfield",
                "telephone": "+44 3001666082",
                "email": "lisa.sinfield100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.mod.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-410",
            "name": "Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)",
            "identifier": {
                "legalName": "Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)"
            },
            "address": {
                "locality": "Bristol",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3001666082",
                "email": "lisa.sinfield100@mod.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-411",
            "name": "Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)",
            "identifier": {
                "legalName": "Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)"
            },
            "address": {
                "locality": "BRISTOL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3001666082",
                "email": "lisa.sinfield100@mod.gov.uk"
            },
            "roles": [
                "mediationBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-409",
        "name": "Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)"
    },
    "language": "en"
}