South West Region Multi Activity Contract.
United Kingdom-Andover: Facilities management services
2016/S 050-083643
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Delancey Building, Marlborough Lines, Monxton Road
For the attention of: Jennie Rasey
SP11 8 HJ Andover
UNITED KINGDOM
Telephone: +44 1264383285
E-mail: DIO-HESTIASWRgn@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
Service category No 26: Other services
NUTS code UKK
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
79993100, 55520000, 90911000, 90500000, 55110000, 98311100, 98393000
II.1.7)Information about subcontracting
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The services required are detailed below, but they may not be required at every site within the region:
Swimming Pool Administration;
Gymnasium and Sports Facilities;
Mail Room;
Photographic, Graphic and Reprographic Services;
Stores and Supply Services;
Establishment Access;
Military mess and non-mess based catering/other short term catering;
Military functions;
Retail;
Refreshments services;
Military mess accommodation/hotel services (including cleaning and bookings);
Cleaning, general and specialist;
Domestic Assistance;
Waste Management;
Tailoring;
Cobbling;
Reception services;
Labour/porterage;
Laundry/porterage;
Laundry/Dry Cleaning;
Portable Toilets;
Verger Support;
Tele-communications Support Service;
Administrative Support Services;
Weapons and Munitions Storage.
In addition to the required services above, there is a business opportunity to provide additional retail and leisure at each of the sites, including unofficial and private functions.
This competition will be conducted under the Competitive Negotiated Procedure and in accordance with the Defence and Security Public Contract Regulations (2011). PPs should note that once the contract has been placed, the negotiated procedure without prior publication might be adopted for the procurement of new services which constitute a repetition of similar services carried out under the original contract.
Where applicable, the PP will be required to manage military personnel, in particular Core Catering Manpower (CCM), supplied to the PP as Government Furnished Assets (GFA) in support of the PP’s delivery of the service.
A commitment to openness, sustainable development and development/support of Small and Medium Enterprises (SMEs) through the supply chain will be sought by the DIO. The PP will be required to collaborate and work with the appointed DIO managers and other suppliers within the sites for the delivery of the Contract.
The Terms and Conditions for this contract will be based on the NEC3 Term Service Contract (TSC), which is part of the family of contracts that facilitates the implementation of Project management principles and practices as well as defining legal relationships.
Estimated value excluding VAT:
Range: between 296 979 000 and 445 468 500 GBP
II.2.2)Information about options
Description of these options: Extension of the contract duration by two separate one year option periods.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
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 of the Euporean Parliament and of the Council (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 of the Euporean Parliament and of the Council (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: (a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance
(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.
Economic and Financial standing will be assessed within the PQQ.
III.2.3)Technical and/or professional capacity
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
(a) In the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator’s technical ability, taking into account in particular that economic operator’s skills, efficiency, experience and reliability,
(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where — (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided,
(d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator,
(e) a statement of the economic operator’s: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property,
(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator’s educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator’s managerial staff; and (ii) those of 1 or more persons who would be responsible for providing the services or carrying out the work or works under the contract,
(h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract,
(i) a statement of the services provider’s or contractor’s average annual number of staff and managerial staff over the previous 3 years.
(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract,
(l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority,
(n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification,
(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i),
This information will be sought through the PQQ.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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: Potential Providers (PPs) will be required to complete the PQQ in order to express an interest in this requirement. Once the PQQ period ends no further responses will be accepted. The completed PQQ provides information that allows the MOD to evaluate the PPs capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice.
The MOD will use the PQQ response to create a list of suppliers who are eligible to participate under Section III.2.1.) of this Contract Notice; and who fulfil any minimum capacity levels under Sections III.2.2) and III.2.3) of this Contract Notice; and who also best meet the selection criteria set in Sections III.2.2) and III.2.3) of this Contract Notice. A pass mark of 45 % is required and four PP’s with the highest scores will be taken forward to the next stage of the procurement. Full details of the method of choosing the PP’s are set out in the 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.3.6)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:
b) It is to be noted that this requirement is subject to UK Government policy on transparency and that the PQQ, Invitation to Negotiate and any resulting contract documents may be subject to publication in a redacted form.
c) 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.
d) 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
e) 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.
f) 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: G8KW5SD475.
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-201638-DCB-7867971.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Delancey Building, Marlborough Lines, Monxton Road
SP11 8HJ Andover
UNITED KINGDOM
E-mail: DIO-HESTIASWRgn@mod.uk
Telephone: +44 1264383285
Body responsible for mediation procedures
Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Delancey Building, Marlborough Lines, Monxton Road
SP11 8HJ Andover
UNITED KINGDOM
E-mail: DIO-HESTIASWRgn@mod.uk
Telephone: +44 1264383285
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
Delancey Building, Marlborough Lines,, Monxton Road
SP11 8HJ Andover
UNITED KINGDOM
E-mail: DIO-HESTIASWRgn@mod.uk
Telephone: +44 1264383285
VI.5)Date of dispatch of this notice: