Supply of In Ear Communication Devices to Ministry of Defence
The Authority has a requirement to supply UK Aircrew who access aircraft intercom systems with Personal Protective Equipment In Ear Communication Devices .
United Kingdom-Bristol: Communications equipment
2014/S 243-428023
Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, Air Support
Walnut 3C #1335, Neighbourhood 1, MOD Abbey Wood
Contact point(s): desas-accomm1c@mod.uk and kayleigh.cartwright102@mod.uk
For the attention of: Miss Kayleigh Cartwright
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067982925
E-mail: kayleigh.cartwright102@mod.uk
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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities/entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
NUTS code UKK11
II.1.5)Short description of the contract or purchase(s):
The contract will run for a maximum period of 7 years for the supply of a pre-moulded and custom-moulded variant of In Ear Communication Devices (IECDs), with each variant requiring a low and high attenuation. To support the supply of IECD, the contract will include a requirement to measure and fit the pre-moulded earplugs to the user as well as programme management, in-service support and post design services.
The Authority’s preference is to appoint a single contractor to enter into a contract to supply both variants of the IECD that meet the full requirement as defined in the Systems Requirements Document (SRD). However, the Authority is willing to:
— Enter post contract award design and development where the full requirement is not achieved but a minimum threshold is demonstrated at the Invitation To Tender (ITT) stage and a plan is in place that demonstrates how the full requirement will be achieved in the required time-lines.
— To award two separate contracts for pre-moulded and custom-moulded IECD variants.
A Pre-Qualification Questionnaire will need to be completed in order to be considered for the ITT stage.
The forecast timetable for this procurement is detailed below and is subject to change: Feedback results of PQQ evaluations to potential suppliers by end January 2014; Release of ITT by 31.3.2015; Bidders Conference mid April 2015; Receipt of tender submissions by mid May 2015. Award decision by mid April 2016; Commencement of service: by end June 2016.
The Authority reserves the right to purchase additional quantities of IECD over and above those covered by 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 http://www.contracts.mod.uk/delta You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing user-name 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: 6TEMTV8SBD. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 23.1.2015 10:00. Please ensure that you allow yourself plenty of time when responding to this invite 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 on-line Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Help-desk by emailing — support@contracts.mod.uk or call +44 800282324.
II.1.6)Common procurement vocabulary (CPV)
32570000
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The lots specific to the requirement are:
Lot 1 (Supply of pre and custom moulded IECD),
Lot 2 (Supply of pre-moulded IECD),
Lot 3 (Supply of custom-moulded IECD).
Estimated value excluding VAT:
Range: between 7 800 000 and 10 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Supply of Pre-moulded and custom-moulded IECD
1)Short description
2)Common procurement vocabulary (CPV)
32570000
3)Quantity or scope
Lot No: 2Lot title: Supply of Pre-moulded IECD
1)Short description
2)Common procurement vocabulary (CPV)
32570000
3)Quantity or scope
Lot No: 3Lot title: Supply of Custom-moulded IECD
1)Short description
2)Common procurement vocabulary (CPV)
32570000
3)Quantity or scope
Section III: Legal, economic, financial and technical information
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.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.
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: (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) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.
The PQQ requests at least 2 years audited accounts (if available) or equivalent information to identify any significant financial trends.
Minimum level(s) of standards possibly required: The estimated annual contract value is 8 000 000 GBP. If the estimated annual contract value is greater than 40 % of the supplier’s turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability:
(1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
(2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the supplier’s financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the suppliers capacity and capability against the selection criteria set out in Sections III 2.1), III 2.2) and III 2.3) of this Contract Notice.
The Authority shall use the PQQ response to create a short-list of tenderers who:
(1) are eligible to participate under Section III 2.1) of this Contract Notice;
(2) fulfil any minimum standards under Sections III 2.2) and III 2.3) of this Contract Notice;
(3) best meeting in terms of capacity and capability, the selection criteria set out in Sections III 2.2) and III 2.3) of this Contract Notice.
Full details of the method for choosing the tenderers will be set out in the Dynamic PQQ.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available atwww.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.
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.
https://www.gov.uk/government/publications/government-security-classifications
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.
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
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 http://www.contracts.mod.uk
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing user-name 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: 6TEMTV8SBD.
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 on-line Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Help-desk by emailing support@contracts.mod.uk or Telephone +44 800282324.
GO Reference: GO-20141212-DCB-6225322.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Air Support
Body responsible for mediation procedures
Ministry of Defence, Air Support
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Air Support
VI.5)Date of dispatch of this notice: