Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}