By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

/entity: DGM/1820 - Procurement of 12.7mm NATO Ball Ammunition.

Prior information notice for contracts in the field of defence and security

Supplies

Directive 2009/81/EC

Section I: Contracting authority/entity

I.1)Name, addresses and contact point(s)

Ministry of Defence, Weapons, Defence General Munitions (DGM) Project Team
#4115, Fir 1c, ABW
BS34 8JH Bristol
United Kingdom
Telephone: +44 3067983949
E-mail:

Internet address(es):

General address of the contracting authority/entity: https://www.gov.uk/government/organisations/ministry-of-defence/about/procurement

Further information can be obtained from: The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Defence
I.4)Contract award on behalf of other contracting authorities/entities
The contracting authority/entity is purchasing on behalf of other contracting authorities/entities: no

Section II: Object of the contract

II.1)Title attributed to the contract by the contracting authority/entity:
DGM/1820 - Procurement of 12.7mm NATO Ball Ammunition.
II.2)Type of contract and location of works, place of delivery or of performance
Supplies
Main site or location of works, place of delivery or of performance:
UKK11
II.3)Information on framework agreement
II.4)Short description of nature and scope of works or nature and quantity or value of supplies or services:
The Authority has a possible future requirement to procure the following amounts of 12.7mm Ball Rounds for use within training and operational roles with the UK Armed Forces. First Delivery would be required by April of each year. The potential contract will be firm for 3 years, with the potential of options up to 5 years (estimated quantities required approx. 110 000 per year throughout); exact figures will be discussed and provided in the preceding September.
Financial Year Rounds Required
2017 / 2018 30 000;
2018 / 2019 115 200;
2019 / 2020 115 200.
It is the Authority's intention to remove all forms of Cobalt from In-Service Rounds; as such, a Solution free of Cobalt, including projectiles, will be looked upon favourably.
Should this requirement proceed, a Contract Notice will be published and you will be invited to complete a Pre-Qualification Questionnaire, which will be measured against selected criteria in terms of Commercial and Technical requirements.
The Technical requirement will be base lined against the current in-service model and user requirements and include questions regarding: Battlefield Effect; Terminal Effect; Climatic and Environment; Munition Sensitivity; System and Design Safety; Human Factors; Deployability; Training; Sustainment; Policy and Legal; Capability Resilience and Reliability.
The weighting will be released within the Pre-Qualification Questionnaire to denote Key User Requirements, Mandatory, Priority 1 and Priority 2 requirements. Evidence will be required to demonstrate the ammunition can meet the Authority's requirements set. Any additional trials the Authority require to be undertaken will require sample ammunition to be supplied at the contractor's cost.
On award of the Contract, the supplying contractor shall provide support to ensure full qualification and maintenance of this qualification throughout the duration of the Contract. This includes, but is not limited to, MOD Safe and Suitability for Service (S3) to assess the ammunition suitability with regard to the Manufacture to the Disposal sequence (MOD may terminate the Contract if any safety concerns become apparent). Any resultant munitions procured as a result of this Prior Information Notice will be subject to the relevant Quality Assurance Standards.
The closing date for expressing your interest in this requirement and confirming you are capable of meeting it is 27.7.16.
Estimated value excluding VAT: 692 868 GBP

Lots

This contract is divided into lots: no
II.5)Common procurement vocabulary (CPV)

35330000

II.6)Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 15.9.2016
II.7)Additional information:

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.2)Conditions for participation
III.2.1)Information about reserved contracts

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.

https://www.gov.uk/government/publications/government-security-classifications

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.

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 GO Reference: GO-2016615-DCB-8360677.

VI.3)Information on general regulatory framework
VI.4)Date of dispatch of this notice:
15.6.2016