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

Supply of a Mounted Ballistic Sight (MoBS).

Contract notice

Supplies

Directive 2009/81/EC

Section I: Contracting authority/entity

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

Soldier System Programmes, DE&S;
Elm 3C #4325, MOD Abbey Wood
For the attention of: Lisa Bagley
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067938132
E-mail:

Internet address(es):

General address of the contracting authority/entity: https://www.gov.uk/government/organisations/defence-equipment-and-support

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 a Mounted Ballistic Sight (MoBS).
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):
Weapons, ammunition and associated parts. The UK MOD has a possible requirement for a Mounted Ballistic Sight (MoBS) to replace the ladder sight for a 40mm Underslung Grenade Launcher (UGL). The UGL will be operated in two configurations: standalone and attached to the underside of an assault rifle front quadrail. MoBS will be required to fit to a Mil STD 1913 Picatinny Rail bracket which must be attached to the UGL by utilising the threaded holes designed for accepting the ladder sight. As the MOD currently has no bespoke bracket solution this will need to be provided.
MoBS is to be a battery-powered, laser aiming device for accurate firing of 40mm Low velocity rounds at targets of opportunity both day and night. It mustn't interfere with the firing of the host weapon system, be lightweight (under 450g) and compact. There is an aspiration to future proof the capability by ensuring its compatibility with new munitions including enhanced range 40mm grenades.
MoBS would be used for world-wide operations which demand the ability to engage with enemy forces in low light and degraded light conditions. MoBS would be required to survive in harsh combat conditions across all environments, including submersion in salt water. It would require a robust design and construction to counter inevitable rough handling, percussion loads and carriage in service transport (air, land and sea). MoBS would be required to operate following repeated firings (Battle Field Missions) and resist damage when subjected to the shock associated with the UGL and the assault rifle on which it is mounted. MoBS would be required to be extremely reliable and be independent, as far as is practicable, of the logistic supply chain.
MoBS must be able to access range data from a Laser Range Finder (LRF) whether internal or external, or have manual input.
Associated logistic support to the MoBS system including technical publications, codification, training, spares and repairs also form part of the requirement.
II.1.6)Common procurement vocabulary (CPV)

35300000

II.1.7)Information about subcontracting
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
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:
An initial quantity of 120 systems with options to procure up to 1000 systems plus spares. Associated logistic support to the MoBS system including technical publications, codification, training, spares and repairs also form part of the requirement.
II.2.2)Information about options
Options: yes
Description of these options: Options to procure up to 1000 systems plus spares.
Provisional timetable for recourse to these options:
in months: 60 (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: 60 (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 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

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) 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 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 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.
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.
As detailed in the Pre-Qualification Questionnaire.
III.2.2)Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: As detailed in the Pre-Qualification Questionnaire.
III.2.3)Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met:
As detailed in the Pre-Qualification Questionnaire.
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 4
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 has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SSP/00066
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
6.3.2014 - 09:00
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:
The UK Ministry of Defence intends to purchase 10 systems from each economic operator that is selected to be invited to tender for this requirement, subject to agreement of satisfactory prices and terms for the supply for these. It is anticipated to that these systems will be required by 25.4.2014 for MoBS trials programme.
To be considered to be invited to tender for this requirement economic operators must complete the Pre-Qualifications Questionnaire.

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 6.1.1, 6.1.2, 6.1.3, 6.2, 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 questions will not be invited to tender for this requirement.
Questions in sections 6.1.4, 6.1.5, 6.1.6, 6.1.7, 6.1.8, 6.1.9 and 6.1.10 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. The maximum number of marks available for each section is as follows: 6.1.4 - 15 marks; 6.1.5 - 15 marks; 6.1.6 - 12.5 marks; 6.1.7 - 12.5 marks; 6.1.8 - 12.5 marks; 6.1.9 - 12.5 marks and section 6.1.10 20 marks. 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)
If there are more than 4 economic operators who pass all the PQQ pass/fail questions then only the 4 economic operators which obtain the highest mark for the weighted scoring marking questions detailed above shall be invited to tender.
The Authority may be required by Regulation 23 of the DSPCR to exclude you from participating in this procurement. If you answer "Yes”, to any of the Grounds for Mandatory Rejection at Section 2 (Part 1: Form B) of the PQQ please set out (in a separate Annex) full details of the relevant conviction and any remedial action taken subsequently. The information provided will be taken into account by the Authority in considering whether or not to apply the derogation at Regulation 23(2). If you answer "No”, but wish to provide any information relevant to these questions, please put an asterisk against your answer and provide the information in a separate Annex.
The Authority is entitled to exclude you from participating in this procurement if any of the criteria detailed in Section 3 (Part 1: Form C) of the PQQ apply but may decide to allow you to proceed further. If you cannot answer ‘no' to every question in Section 3 (Part 1: Form C) of the PQQ it is possible that your application might not be accepted. In the event that any of these do apply, please set out (in a separate Annex) full details of the relevant incident and any remedial action taken subsequently. The information provided will be taken into account by the Authority in considering whether or not you will be able to proceed any further in respect of this procurement exercise.
Minimum level(s) of standards of Economic and Financial Capacity) in accordance with section III.2.2 above):
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.
Minimum levels of standards of Technical Capacity (in accordance with section III.2.3) above:
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.
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: R29D7C3DVU.
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-201423-DCB-5434813
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Soldier System Programmes, DE&S;

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:
3.2.2014