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

Tactical Hearing Protection System Basic User Capability.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Soldier System Programmes, DE&S;
Elm 3C #4325, MOD Abbey Wood
For the attention of: Ann Jenkins
BS348JH Bristol
UNITED KINGDOM
Telephone: +44 3067932708
E-mail:

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
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:
Tactical Hearing Protection System Basic User Capability.
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 about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1 and 30 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Protective and safety clothing. The Authority has a requirement for the provision of Tactical Hearing Protection System Basic User Capability for which it intends to establish one or more framework agreements.
The system shall be fielded to users in the land environment who require Hearing Protection when conducting annual training and non combat tasks or who are employed on combat duties but are not permanently dedicated to that role. They require interoperability with Communications and limited situational awareness.
These functions are to be provided by a level dependent ear plug.
II.1.6)Common procurement vocabulary (CPV)

35113400

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
Through the enabling arragement the number of users that are to be protected is up to 154 000 for the total period of the contract. The exact number of hearing protection devices to be provided will depend on the consumption rate.
II.2.2)Information about options
Options: yes
Description of these options: Options will be sought to extend the contract year on year for a maximum of 3 additional years.
Provisional timetable for recourse to these options:
in months: 48 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

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
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) 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.contracts.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. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance
(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) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
In accordance with the pre qualification questionnaire.
Minimum level(s) of standards possibly required: The Potential Provider's financial ability to meet this requirement will be assessed on a risk basis and the financial information provided by the Potential Provider in response to Part 1 Form D will be evaluated by the Authority. Factors that will be taken into consideration when evaluating financial information include:
a. Turnover
b. Profitability
c. Liquidity and Working Capital
d. Debt
e. Cash Flow
The Authority will also examine the financial health of any holding company or subsidiary of the Potential Provider where it is part of a group.
When assessing the financial health of an organisation the Authority will also take into consideration any Auditor's opinion, for example Qualifications or Emphasis of Matter Statements.
The Authority's opinion may be validated using credit agencies such as Company Watch.
If examination of the financial information exposes the potential for a Potential Provider to experience financial difficulty in performing the contract, then the Authority will determine the level of risk that it is willing to bear in fulfilling the requirement. Evaluation of the financial information will attract a Pass or Fail risk marking.
PASS
A low or medium financial risk assessment as evaluated by the Authority.
FAIL
A high unacceptable level of financial risk as evaluated by the Authority.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator
In accordance with the pre qualification questionnaire
Minimum level(s) of standards possibly required:
The minimum standard is for an economic operator to provide evidence in the form of a brief description of the measures used for ensuring effective quality both in the administration of a project and the delivery of a high standard of development and production of an article of similar nature, scale and complexity to this requirement
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 minimum number 3: and maximum number 5
Objective criteria for choosing the limited number of candidates: As referenced in section VI.3
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 will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SSP/00018
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
3.3.2014 - 23:55
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.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information

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, and the contract will be awarded on the basis of the most economically advantageous tender.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

Responses to all questions in Part 1 and Sections 7 and 8 within Part 2 of the PQQ are to be marked on a Pass/Fail basis. Economic Operators that are assessed as having failed any of these will not be invited to tender for this requirement.
Questions in section 6 within Part 2 of the PQQ will be assessed using a weighted scoring approach. The maximum score available for all these questions combined is 100. Questions in section 6.1 (Project Related Questions) are worth a maximum of 14 marks each. Questions in section 6.2 (Additional Questions for Technical or Professional Capabilty) are worth a maximum of 7.5 marks each. Responses to these questions will be evaluated in accordance with the following marking scheme:
No Answer - 0 (i.e. 0 % of the available marks)
Poor - 1 (i.e. 20 % of the available marks)
Satisfactory - 2 (i.e. 40 % of the available marks)
Good - 3 (i.e. 60 % of the available marks)
Very Good - 4 (i.e. 80 % of the available marks)
Excellent - 5 (i.e. 100 % of the available marks)
Only suppliers who achieve a score of 50 or more out of 100 for the section 6 questions will be considered to be invited to tender for this requirement. If there are more than 5 economic operators who pass all the PQQ pass/fail questions and achieve a score of 50 or more for section 6 questions then only the 5 economic operators which obtain the highest mark for section 6 questions shall be invited to tender.
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 ${procure4londonSiteUrl}.
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: Q5CK83UZ85.
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 or Telephone +44 8452707099.

GO Reference: GO-2014127-DCB-5417613
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:
27.1.2014