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

Supply of Warrior Top Armour.

Contract notice

Supplies

Directive 2009/81/EC

Section I: Contracting authority/entity

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

Defence Support Group (DSG), DSG Support Group
Building B15, MOD Donnington
Contact point(s): CB/LSBU4
For the attention of: Mr Kevin Thompson
TF2 8JT Telford
UNITED KINGDOM
Telephone: +44 1952673947
E-mail:
Fax: +44 1952673865

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

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: 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 is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of Warrior Top Armour.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKG21

II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Armour plating. The Authority is considering purchasing a number of items to support its requirement for Warrior Top Armour. The Warrior Armoured Vehicle is deployed on Operations and subject to IED damage. This requirement shall provide replacement Top Armour to sustain the vehicle's operational capability.
The armour is to be manufactured from a mix of steel and aluminium fabrication. Drawings shall be issued with the ITT. Any resulting Contract shall be subject to the following DEFSTANs:
DEF STAN 08-35: Ballistic Tables for DEF STAN 95-22.
DEF STAN 08-42: Armour Proof Ballistic Test Methodology.
DEF STAN 95-22: Aluminium Alloy Armour Plate (Heat Treatable 6-120mm).
DEF STAN 95-24: Armour Plate, Steel (3-160mm).
DEF STAN 95-25: Armour Quality Steel Castings.
DEF STAN 95-31: Aluminium Alloy Armour Plate (7019).
DEF STAN 95-32: Aluminium Alloy Armour Extrusion and Forgings (7019).
DEF STAN 95-33: Aluminium Alloy (7019) for Structural (Non-Armour) Applications.
The Contract shall contain a set of Key Performance Indicators to measure performance in areas such as delivery and quality, and shall contain remedies for unsatisfactory performance.

Expressions of interest to participate in this requirement are to be submitted, in writing or by e-mail, to: Mr Kevin Thompson, Senior Procurement Manager, DSG Land Supply, Building B15, MOD Donnington, Telford, Shropshire TF2 8JT, UNITED KINGDOM. Tel: +44 1952673947 Fax: +44 1952673865 E-mail: , and should, as an absolute minimum, demonstrate the following:

(i) Evidence of accreditation to ISO9001:2008;
(ii) Proven knowledge of and the capability to deliver the required scope of work;
(iii) Experience of supplying armour plating to MOD or other customers;
(iv) Familiarity and compliance with the DEF STANs listed above.
Only those expressions of interest that fully meet the above criteria shall be considered for Invitation To Tender.
II.1.6)Common procurement vocabulary (CPV)

44430000

II.1.7)Information about subcontracting
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Quantities required shall be provided in the ITT.
II.2.2)Information about options
Options: yes
Description of these options: In addition to the firm requirement, The Authority may include options to purchase additional quantities over a specified contracting period. Details shall be provided in the ITT.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
III.1.5)Information about security clearance:
III.2)Conditions for participation
III.2.1)Personal situation
III.2.2)Economic and financial ability
III.2.3)Technical and/or professional capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators 6
Objective criteria for choosing the limited number of candidates: As described in section II.1.5. The Authority reserves the right to issue a Pre-Qualification Questionnaire (PQQ) should a further process of down-selection be necessary.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction has been used: yes
Additional information about electronic auction: Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
LSBU1/3003
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
27.4.2012 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.

Section VI: Complementary information

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:

Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.

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-2012320-DCB-3797133.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.3.2012