Engineering Support Tender
Engineering support services for the Service, Maintenance and Repair, including statutory testing and certification of Vehicle fitted winch, Vehicle fitted cranes, Electrical Safety Checks (BS7671 / 17th Edition), Axle stands, Manual/Powered handling equipment, Generators.
UK-Colchester: Technical inspection and testing services
2013/S 099-169809
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Defence Support Group (DSG), DSG Support Group
Flagstaff Road
For the attention of: Bob Hulbert
CO2 7SR Colchester
UNITED KINGDOM
Telephone: +44 1206816950
E-mail: bob.hulbert@dsg.mod.uk
Fax: +44 1206816935
Internet address(es):
General address of the contracting authority: http://www.dsg.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)
Section II: Object of the contract
Service category No 1: Maintenance and repair services
NUTS code UK
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 500 000 and 2 000 000 GBP
Transportation to/from MoD sites may be required. Work to be undertaken at contractors and government establishments throughout the United Kingdom. DSG will use Sub-Contractors when it is unable carry to out the tasks due to Geographical, Capacity or Capability restraints, these task are currently being carried out for the MoD by a number of Defence Contractors..
The Authority may wish to conduct a pre-qualification exercise to assist in the down selection of prospective Tenderers. The Authority’s pre-qualification criteria will be used to evaluate the company’s level of competence, experience and resources and will be used to limit the number of companies taken forward to Invitation to tender.
QA Standards or equivalent: The Contractor shall hold and maintain a certification to BS EN ISO 9001:2000/2008 or equivalent internationally recognised standard, OEM or customer approvals schemes may be considered
The announcement of a possible future requirement is not to be construed as confirmation that a tender/contract will subsequently be issued. The issue of a possible future requirement, or the issue of an Invitation to Tender, is not to be construed as a commitment by the Authority to place an order as a result of the tendering stage or at a later stage..
Any expenditure, work or effort prior to any contract award is accordingly a matter solely for the commercial judgment of the potential supplier.
The Authority may choose to issue separate tenders for regions and/or packages of work within the UK if it can offer Better Value for Defence
Expressions of Interest should not exceed 2 A4 pages. Late expressions will not be considered
Further information on this requirement can also be obtained from Mr T Gillespie +44(0)1985223531 e-mail tom.gillespie@dsg.mod.uk
71630000, 71632000, 42414400, 50531400, 45259000, 50000000, 50531300, 50532000, 50532300, 50800000
The Inspection, Servicing, Statutory Testing and Repair and Certification of Vehicle fitted winch and cranes. Electrical Safety Checks (BS7671 / 17th Edition), Axle stands, Manual/Powered handling equipment, Generators, Powered engineering equipments. Plant equipment, breathing apparatus (Pure Air, Compressors), welding and re-spray including accident damage repair of equipment, to return the equipment to full task worthy condition at various locations UK wide. Equipments are to be repaired to “Serviceable not New” standard so that the repaired/refurbished systems fully meet the relevant performance specification. Supply of spare parts (which must be of original equipment manufacturer or equivalent supply) at a fair and reasonable trade price. Number of individual tasks /jobs estimated to be performed under this contract is between 600 to 1000 per annum
Estimated value excluding VAT:
Range: between 1 500 000 and 2 000 000 GBP
Section III: Legal, economic, financial and technical information
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. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
(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) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Will be as specified in the questions and weighting within Pre-Qualifying Questionnaire.
Section VI: Complementary 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, 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 GO Reference: GO-2013522-DCB-4822277
Defence Support Group (DSG), DSG Support Group
Flagstaff Road
CO2 7SR Colchester
UNITED KINGDOM
E-mail: bob.hulbert@dsg.mod.uk
Telephone: +44 1206816950
Fax: +44 1206816935
Body responsible for mediation procedures
Defence Support Group (DSG), DSG Support Group
Defence Support Group (DSG), DSG Support Group
VI.5)Date of dispatch of this notice:22.5.2013