web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Bristol: Monitors

Type of document: Pre-information procedures
Country: United Kingdom
OJEU Ref: (2016/S 030-048302/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, Torpedoes, Tomahawk (TTH) and Harpoon Project Team
DE&S, MOD Abbey Wood, Fir 3C #4316
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): Torpedoes, Tomahawk (TTH) and Harpoon Project Team, DES WpnsTTH-Com3
Phone: +44 03067935416
Email: DESWpnsTTH-Com3@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:
Service, Repair, Calibrate, Supply and Manage Spares for Otto Fuel Monitors (OFM) Mk2.
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:
UKK12
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:
This PIN is issued to announce that the UK Ministry of Defence (MOD), Torpedoes, Tomahawk and Harpoon Project Team (TTH PT) has a possible future requirement for the provision of Service, Repair, Calibrate, Supply and Manage Spares for Otto Fuel Monitors (OFM) Mk2. Further details below:
1. The Otto Fuel Monitor (OFM) Mk2 is a hand held instrument designed to monitor for the presence of OTTO vapour, in the event of fuel leaks from torpedoes.
2. The requirement is for a 5 year contract to:
— Receive delivery of the units on a regular basis from Defence Munitions (DM) Beith;
— Service, Repair and Calibrate each unit;
— Undertake management of the Government Stock of Spare Parts for use in the Repair and Calibration of OFMs;
— Send the OFMs back to DM Beith.
3. Control of the Monitor functions is effected by a microprocessor. The Monitor is powered by a single 6V rechargeable battery located in the handle. A Carrying Chain is connected to 2 handle straps to facilitate handsfree carrying of the Monitor. The equipment contains a radioactive source within the cell assembly of the sensor unit. The radioactive material is 370 Mbq or 10 millicuries of Ni 63, an emitter of beta radiation of approximately 67 KeV energy.
4. The 5 year contract is estimated to start 1.7.2016 but this is subject to change.
This PIN is being issued by the MOD to it help understand what suppliers are available in the marketplace. The MOD encourages any supplier which thinks it has the capability to fulfil the requirement details stated in this PIN to get in contact. The MOD will then engage further with respondents to help inform the procurement strategy. This PIN is not a means to seek formal Expressions of Interest. This opportunity may become available when the MOD has a more informed picture of the supply market.
Lots: The contract is divided into lots: No
II.5) Common procurement vocabulary (CPV):
33195100
II.6) Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 1.7.2016
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. 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-2016210-DCB-7739254.
VI.3) Information on general regulatory framework
VI.4) Date of dispatch of this notice: 10.02.2016