web-banner-marketing2

Market Leads & Opportunities

UNITED KINGDOM-Wolverhampton: 701056405 – Supply and Delivery of Welding Helmets

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-000591/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: Not applicable
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Air Commercial
Postal address: S104 Flowerdown Hall, RAF Cosford
Town: Wolverhampton
Postal code: WV7 3EX
Country: United Kingdom
Contact Person: Karen Wiley
Telephone: +44 3001692985
Email: karen.wiley895@mod.gov.uk
Internet address(es):
Main address: www.contracts.mod.uk

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.contracts.mod.uk
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: 701056405 – Supply and Delivery of Welding Helmets
II.1.2) Main CPV code: 42662000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Authority has a one off requirement for the supply and delivery of welding helmets to the Defence School of Electronic and Mechanical Engineering and the Defence School of Marine Engineering.
II.1.5) Estimated total value:
Value excluding VAT: 100000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
45262680, 44315100

II.2.3) Place of performance
Nuts code: UKL22, UKK14, UKJ31
Main site or place of performance:
Cardiff and Vale of Glamorgan,Swindon,Portsmouth

II.2.4) Description of the procurement:
The Authority has a one off requirement for the supply and delivery of welding helmets to the Defence School of Electronic and Mechanical Engineering and the Defence School of Marine Engineering. A total of 67 helmets, including consumables, are required with delivery to three sites. Specification, locations and quantities are detailed in the procurement documentation.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 100000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 10
Objective criteria for choosing the limited number of candidates: Interested suppliers are required to complete the Dynamic Pre-Qualification Questionnaire (DPQQ) to provide the Authority with information to evaluate the supplier’s capacity and capability against the selection criteria.
The Authority uses the DPQQ response to create a shortlist of tenderers who:
(1) are eligible to participate;
(2) fulfil any minimum economic, financial, professional and technical standards; and
(3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the DPQQ.
It is the Authority’s intention to down select to between approximately 5 and 10 highest scoring suppliers who will be invited to tender providing they meet the overall score of a pass within the DPQQ. If a supplier receives a fail to any question within the DPQQ, they will automatically fail the evaluation and not be invited to participate further.
Pass – A pass mark will be awarded where the potential provider can demonstrate that they have the capability to deliver the subject of this requirement. This will be by the potential provider submitting evidence that they have appropriate knowledge, experience or appropriate current certification in line with the nature of the specific question.
Fail – A fail mark will be awarded where the response fails to demonstrate that the potential provider has the appropriate capability to deliver the subject of this requirement. This would be where the potential providers response fails to provide evidence of experience with supply of the appropriate equipment, failure to provide evidence of obsolescence management, failure to provide evidence of appropriate certification or providing certification which is no longer valid or extant

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-02-11 Local time: 23:55
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
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.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.

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
Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall be made via CP&F. You can find details on CP&F at ”
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference – RAR-BHVA74KB)
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
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: 3H5B4V7872.
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 support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-2021112-DCB-17630440
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, C&C, C&C
Postal address: Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 1179132548

VI.4.2) Body responsible for mediation procedures
Official name: Ministry of Defence, C&C, C&C
Town: Bristol
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Ministry of Defence, C&C, C&C
Town: Bristol
Country: United Kingdom
VI.5) Date of dispatch of this notice:2021-01-12