Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ministry of Justice
70 Clive House Petty France
Contact point(s): Category Management Team – London South East
For the attention of: Kaya Rajan
SW1H 9HD London
UNITED KINGDOM
Telephone: +44 3000475964
E-mail: KAYA.RAJAN@NOMS.GSI.GOV.UK
Fax: +44 300475155
Internet address(es):
General address of the contracting authority: http://www.justice.gov.uk
Address of the buyer profile: http://www.justice.gov.uk/about/procurement-and-commercial
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
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of space planning, furniture delivery and furniture installation for HMYOI Aylesbury.
II.1.2)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: Bierton Rd, Aylesbury, Buckinghamshire HP20 1EH.
NUTS code UKI12
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Ministry of Justice is running a tender exercise for the supply of space planning, delivery and installation of furniture at HMYOI Aylesbury resettlement wing. There are 30 cells in the wing that are all different to each other in terms of layout, hence each cell needs to be properly space planned in order to receive delivery and installation of the furniture. The resultant contract will be awarded on the basis of both price and non-price criteria. The requirement will be tendered for following items.
— Bed & associated products,
— Chairs,
— Tables,
— Shelf & cabinets,
— Wardrobe with digital lock.
II.1.6)Common procurement vocabulary (CPV)
39100000, 39112000, 39121200, 39143210, 39143123, 44521100
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
A tender to supply – space planning, delivery and installation of Furniture at HMP Aylesbury for 30 cells.
Estimated value excluding VAT:
Range: between 150 000,00 and 200 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 03 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A guarantee or performance bond maybe 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:
Joint and Several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
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’s requirements are otherwise as set out in the ITT.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The Authority’s requirements are otherwise as set out in the ITT.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The Authority’s requirements are otherwise as set out in the ITT.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: All suppliers should attend a training session. Further details about these sessions is available in the ITT.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
1938-1-Industrial Goods-SE-RFP
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 14.5.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
30.5.2012 – 12:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 40 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 30.5.2012
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Kaya Rajan.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
1. Registration.
The Ministry of Justice will be performing events through its eSourcing Portal. The eSourcing Portal is an online application that allows all potential suppliers to create and submit their responses to any Requests for Information, Requests for Quotes, or Requests for Proposals via the Internet rather than in paper form (where they have been invited to respond). The eSourcing Portal will also be used by the Ministry of Justice to run Reverse Auctions.
To express an interest please send an e-mail to Kaya Rajan (as stated in the
notice/advert)kaya.rajan@noms.gsi.gov.uk stating:
Company name.
Your name.
Contact e-mail.
Sourcing Reference Number: 1938-1-Industrial Goods-SE-RFP.
Kaya Rajan will then contact you with the registration process if you are not already registered.
2. Transparency.
HM Government requires that tender documentation issued by government departments for contracts with a value exceeding 10 000 GBP over the life of the contract are published online (www.contractsfinder.businesslink.gov.uk) for the general public. The resulting contract shall also be published.
The Ministry of Justice may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should secure agreement with the Ministry of Justice prior to submission. Only documentation relating to awarded contracts will be published.
Key commercial interests would be trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000. http://www.justice.gov.uk/guidance/docs/foi-exemption-s43.pdf.
The prescribed grounds for redaction are:
(a) National security;
(b) Personal data;
(c) Information protected by intellectual property law;
(d) Information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000)
(e) Third party confidential information;
(f) IT security; or
(g) Prevention of fraud.
VI.4.3)Service from which information about the lodging of appeals may be obtained