Tender

20mm KAA Cannon & GAMB01 Mount Spares - Competition

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

TenderUpdate

15 Dec 2021 at 22:45

Tender

05 Mar 2021 at 22:56

Summary of the contracting process

The Ministry of Defence in the United Kingdom is currently engaged in a selective tender process for the procurement of 20mm KAA Cannon and GAMB01 Mount spares, classified under machine guns. This procurement falls under the goods category, with a tender period that ended on 23 April 2021. In light of previous attempts to receive suitable tenders being unsuccessful, the authority has decided to cancel the invitation to tender and will pursue a negotiated procedure without prior publication, as per regulation 16(1)(a)(i) of the Defence and Security Public Contracts Regulations 2011. Businesses interested in this contract are encouraged to prepare for upcoming negotiations based on the originally proposed contract terms.

This opportunity offers a significant avenue for growth for businesses in the defence supply sector, particularly those specialising in military equipment and spare parts. Companies that provide related products and services or those who can demonstrate expertise in weapons and ammunition are particularly well-suited to compete. With the Ministry of Defence as the buyer, suppliers can look forward to collaboration in the sector while fulfilling national defence needs. It is advisable for potential bidders to showcase their technical and financial capabilities to meet stringent selection criteria and to act swiftly as this procurement process transitions to negotiations.

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

20mm KAA Cannon & GAMB01 Mount Spares - Competition

Notice Description

Supply of 20mm KAA Cannon & GAMB01 Mount Spares

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02991e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/031340-2021
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

35321300 - Machine guns

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Dec 20214 years ago
Submission Deadline
23 Apr 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
Additional Buyers

DE&S

Contact Name
Attn: Webber Harvey
Contact Email
ela.walford100@mod.gov.uk, harvey.webber100@mod.gov.uk, richard.ireland499@mod.gov.uk
Contact Phone
Not specified

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
TLJ31 Portsmouth

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-02991e-2021-12-15T22:45:24Z",
    "date": "2021-12-15T22:45:24Z",
    "ocid": "ocds-h6vhtk-02991e",
    "description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02991e",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "20mm KAA Cannon & GAMB01 Mount Spares - Competition",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35321300",
            "description": "Machine guns"
        },
        "mainProcurementCategory": "goods",
        "additionalClassifications": [
            {
                "scheme": "TED_TYPE_SUPPLIES_CONTRACT",
                "id": "PURCHASE",
                "description": "Purchase"
            }
        ],
        "description": "Supply of 20mm KAA Cannon & GAMB01 Mount Spares",
        "contractPeriod": {
            "durationInDays": 1440
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UKJ31"
                    }
                ],
                "deliveryLocation": {
                    "description": "Portsmouth Naval Stores"
                }
            }
        ],
        "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."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "depositsGuarantees": "The Authority reserves the right to require an indemnity, guarantee or bank bond.",
            "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 these 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"
                    ]
                },
                {
                    "type": "suitability",
                    "description": "he 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 these 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": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "economic",
                    "description": "(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established; (c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract. Information and formalities necessary for evaluating if the requirements are met: The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established. Where appropriate, a statement, covering the three previous financial years of the economic operator, of: (I) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter contract. This will be covered in the Dynamic Pre-Qualification Questionnaire.",
                    "minimum": "A financial assessment will be undertaken on the supplier's financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net, assets, liquidity, gearing and capacity. This assessment will include the Parent Company where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established. Where appropriate, a statement, covering the three previous financial years of the economic operator, of: (I) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter contract. This will be covered in the Dynamic Pre-Qualification Questionnaire",
                    "minimum": "A financial assessment will be undertaken on the supplier's financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net, assets, liquidity, gearing and capacity. This assessment will include the Parent Company where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "This will be covered in the Dynamic Pre-Qualification Questionnaire.",
                    "minimum": "This will be covered in the Dynamic Pre-Qualification Questionnaire.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "This will be covered in the Dynamic Pre-Qualification Questionnaire.",
                    "minimum": "This will be covered in the Dynamic Pre-Qualification Questionnaire.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                }
            ],
            "description": "Maximum number is up to 10, regardless of how many Operators exceed the minimum score. The Authority reserves the right to exclude any Tender that does not meet the minimum score of 0, or who scores a zero in any individual question."
        },
        "contractTerms": {
            "otherTerms": "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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter or reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective marking given, the aspects to which any protective marking applies or otherwise.",
            "financialTerms": "As specified In the Invitation to Tender.",
            "tendererLegalForm": "If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the contract."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted",
        "secondStage": {
            "minimumCandidates": 2,
            "maximumCandidates": 10
        },
        "techniques": {
            "frameworkAgreement": {
                "value": {
                    "amount": 1863000,
                    "currency": "GBP"
                }
            }
        },
        "awardCriteria": {
            "criteria": [
                {
                    "type": "price",
                    "name": "Lowest price"
                }
            ]
        },
        "tenderPeriod": {
            "endDate": "2021-04-23T17:00:00+01:00"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "In light of an absence of suitable tenders in response to the restricted procedure the Contracting Authority has taken the decision to Cancel this ITT. In accordance with regulation 16(1)(a)(i) of the Defence and Security Public Contracts Regulations 2011, the Authority will instead now use the negotiated procedure without prior publication of a contract notice to negotiate, on the basis that the original terms of the proposed contract offered in the restricted procedure are not substantially altered in the negotiated procedure. A VTN advert will be issued shortly detailing this change in procedure."
                        },
                        "where": {
                            "section": "All"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-7833",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Webber Harvey",
                "email": "Harvey.Webber100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "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-5483",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "richard.ireland499@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.mod.uk/"
            }
        },
        {
            "id": "GB-FTS-33185",
            "name": "DE&S",
            "identifier": {
                "legalName": "DE&S"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "ela.walford100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.mod.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-5483",
        "name": "Ministry of Defence"
    },
    "language": "en"
}