web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Bristol: Fuses, caps, igniters and electric detonators

Type of document: Pre-information procedures
Country: United Kingdom
OJEU Ref: (2016/S 196-354224/EN)
Nature of contract: Supply contract
Procedure: Not applicable
Regulation of procurement: EU
Type of bid required: Not applicable

Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Weapons, Defence General Munitions (DGM) Project Team
#4115, Fir 1b, ABW
Bristol
Postal code: BS34 8JH
United Kingdom
For the attention of: Nicholas Coleman
Phone: +44 3067983951
Email: DESWpnsDGM-ComrclMultiuser@mod.uk
Internet Address(es):
General address of the contracting authority: www.mod.uk
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 is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Title attributed to the contract by the contracting authority/entity:
DGM/1827 — Non Electric Delay Detonators.
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:
1. The Authority has a possible future requirement to procure a suite of non electric delay detonators for the purpose of providing at target delays for specialist demolition activities. The suite must include delays of 100ms increments in the range of 100ms to 500ms with a minimum length of 4 meters. The system will be used by trained service personnel conducting specialist demolitions of heavy structure targets in a similar manner to mining and quarrying industries. The system should be compatible with all existing military demolition explosives and accessories.
2. The product should be at sufficient Technology Readiness Level (TRL 7-9) to meet a target date for first delivery in FY 17/18. The prospective 3 year contract would include the delivery of sufficient quantities in year 1 to meet an initial operating capability of 300 of each variant plus any additional requirement for the completion of Safety and Suitability in Service (S3) trials and testing. Quantities for years 2 and 3 are expected to be 250 of each variant.
3. Any solutions should meet MoD policy and be safe and suitable for international transportation in all current in-service air, land and sea logistic platforms.
4. A Contract Notice will be published and respondents will be invited to complete an online Dynamic Pre-Qualification Questionnaire (PQQ) which will be measured against selected criteria in terms of commercial and technical requirements.
5. The technical requirement will be base lined against the current in-service models of detonators and shock tube detonator assemblies as well as specific user requirements. The PQQ will include questions in the following categories: Climatic and Environment; Target Effect; Sensitivity; System and Design Safety; Human Factors; Deployability; Training; Sustainment; Policy and Legal; Capability Resilience and Reliability.
6. The weighting will be released within the PQQ to denote Key User Requirements, Mandatory, Priority 1 and Priority 2 requirements. Evidence will be required to demonstrate the product can meet the Authorities requirements set. Any additional trials the Authority require to be undertaken will require sample ammunition at the contractor’s cost.
7. On award of the contract, the supplying contractor will be responsible for obtaining full qualification and maintenance of this qualification through the duration of the Contract to the Authorities requirements. This includes, but is not limited to, MoD Safety and Suitability for Service (S3) trials to assess the products suitability with regard to the manufacture to disposal sequence (MoD may terminate the contract if any safety concerns become apparent). Any resultant product procured as a result of this PIN will be subject to the relevant Quality Assurance Standards.
Lots: The contract is divided into lots: No
II.5) Common procurement vocabulary (CPV):
24615000
II.6) Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 2.1.2017
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
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. The link below to the Gov.uk website provides information on the Government Security Classification. 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-2016106-DCB-8906511.
VI.3) Information on general regulatory framework
VI.4) Date of dispatch of this notice: 06.10.2016