Facilities Management Services Personal Recovery Centre Scotland
The Personnel Recovery Centre ‘PRC’ is to be based in Scotland, its primary function is to accelerate the return to duty or provide the smoothest transition to an appropriately skilled and supported civilian life for wounded, injured, or long-term sick personnel or veterans, irrespective of cause within a structured setting.
United Kingdom-Andover: Facilities management services
2015/S 042-072389
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ministry of Defence, C&C
Defence Commercial, IDL 437, Zone 8, 2nd Floor, Ramillies Bldg, Army HQ, Marlborough Lines, Monxton Road
For the attention of: Paul Barber
SP11 8HJ Andover
UNITED KINGDOM
Telephone: +44 1264381976
E-mail: defcomrclcc-armyhq-proc3c-d@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
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
Service category No 14: Building-cleaning services and property management services
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Contractor will be required to provide residential facilities where wounded, injured and sick ‘WIS’ personnel can conduct mandated training (Core Recovery Events) and activities in support of their individual recovery plans as well as providing short term respite facilities and in exceptional circumstances, longer term residential accommodation.
The location must be within close proximity of the EH Postcode area. The PRC must be fully Discrimination Disability Act 1995 ‘DDA’ compliant in every aspect and all staff must hold Enhanced Disclosure and Barring Service clearances ‘EDBS’.
The Authority will provide personnel for rehabilitation activities:
At a minimum the Contractor services required will be as follows:
1. Administration, Transport and Office Equipment;
2. Hard Facilities including Building (Inc. maintenance)/Sleeping Accommodation/Office Space/Classrooms and Car parking.
3. Soft Facilities (which shall be more fully outlined in the ITT including:
— IT and Communications:
— Housekeeping/Cleaning Services
— Laundry Services;
— Clinical Waste Disposal
— Catering Services
— Out of hour’s supervisory staff
— Ground maintenance.
II.1.6)Common procurement vocabulary (CPV)
79993100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 2 000 000 and 3 000 000 GBP
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, 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 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) 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. 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.
III.2.2)Economic and financial ability
(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 3 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.
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: In accordance with the DPQQ.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
Additional information about electronic auction: A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.
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
a. Interested suppliers are required to complete the Dynamic Pre-Qualification Questionnaire (PQQ) linked to this notice.
b. Responses to all questions in Part 1 of the PQQ will be marked on a Pass/Fail basis. Suppliers are advised to email the relevant Commercial Officer with reasons why any question in the PQQ has not been answered. Any unanswered questions could result in down selection unless a valid explanation is provided. Part 1 Form D will be assessed as follows:
The supplier is required to provide a response to serial 4.1.1 unless there are reasons for not doing so in which case supplier must provide the reasons for not doing so and provide a response to 4.1.2. If a response to 4.1.2 is not provided then reasons for not doing so and a response to 4.1.3 should be provided. A response to 4.1.4 should be provided if the supplier can not provide a response to 4.1.1-4.1.3 and accompanied with reasons for doing so.
The supplier’s financial ability to meet this requirement will be assessed on a risk basis and the financial information provided by the supplier in response to Part 1 Form D will be evaluated by the Authority. Factors that will be taken into consideration when evaluating financial information include:
Turnover
Profitability
Liquidity and Working Capital
Debt
Cash Flow
The Authority will also examine the financial health of the immediate and ultimate parent of the supplier where it is part of a group.
When assessing the financial health of an organisation the Authority will also take into consideration any Auditor’s opinion, for example Qualifications or Emphasis of Matter Statements.
The Authority’s opinion may be validated using Companies House and credit agencies such as Company Watch. Suppliers may be asked to provide further information.
If examination of the financial information exposes the potential for a supplier to experience financial difficulty in performing the contract, then the Authority will determine the level of risk that it is willing to bear in fulfilling the requirement. Evaluation of the financial information will attract a Pass or Fail risk marking.
PASS — A low or medium financial risk assessment as evaluated by the Authority.
FAIL — A high unacceptable level of financial risk as evaluated by the Authority.
Suppliers who fail any of the questions may not be invited to tender.
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.
From 2 April 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 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: 7UR6Z83H2D.
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 +44 800282324.
GO Reference: GO-2015225-DCB-6394618.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, C&C
Body responsible for mediation procedures
Ministry of Defence, C&C
VI.5)Date of dispatch of this notice: