Notice Information
Notice Title
Supply of Dismountable Protection
Notice Description
Supply and Repair of Dismountable Ballistic Protection
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03ddcc
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018688-2023
- 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
- £2,800,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Jun 20232 years ago
- Submission Deadline
- 31 Jul 2023Expired
- 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
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
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-03ddcc-2023-06-30T13:55:07+01:00",
"date": "2023-06-30T13:55:07+01:00",
"ocid": "ocds-h6vhtk-03ddcc",
"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. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference - RAR-340691076)",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03ddcc",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Supply of Dismountable Protection",
"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": "Supply and Repair of Dismountable Ballistic Protection",
"value": {
"amount": 2800000,
"currency": "GBP"
},
"hasOptions": false,
"hasRenewal": false,
"contractPeriod": {
"durationInDays": 1800
},
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UKJ31"
}
],
"deliveryLocation": {
"description": "Naval Store Portsmouth"
}
}
],
"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 successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified."
},
"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. 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": "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. 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": "This will be covered in the Dynamic Pre-Qualification Questionnaire. Minimum level(s) of standards possibly required: 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": "technical",
"description": "This will be covered in the Dynamic Pre-Qualification Questionnaire.",
"appliesTo": [
"supplier"
]
}
],
"description": "This will be covered in the Dynamic Pre-Qualification Questionnaire Guidance Document"
},
"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": 6,
"maximumCandidates": 6
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"tenderPeriod": {
"endDate": "2023-07-31T23:59:00+01:00"
},
"hasRecurrence": false,
"milestones": [
{
"id": "1",
"type": "securityClearanceDeadline",
"dueDate": "2023-08-04"
}
],
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "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 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. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference - RAR-340691076)"
},
"newValue": {
"text": "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 intends to use an e-Tendering system in this procurement exercise. Any Potential Providers wishing to tender for the opportunity will need to have a DSP account. Please ensure you log in/register with the DSP to express interest in this opportunity (https://www.contracts.mod.uk/web/login.html). Access to the procurement documents is restricted further information regarding the DPQQs and DPQQ Guidance documentation can be found here: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=56472 The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference - RAR-340691076)"
},
"where": {
"section": "VI",
"label": "Section VI: Complementary information"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-9253",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "MoD Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom",
"region": "UKJ31"
},
"contactPoint": {
"name": "Jessica.Cainey100@mod.gov.uk",
"email": "jacqueline.barry111@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://des.mod.uk/"
}
}
],
"buyer": {
"id": "GB-FTS-9253",
"name": "Ministry of Defence"
},
"language": "en"
}