MOD Facilities Management – South Region Multi Activity Contract
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed.
United Kingdom-Andover: Facilities management services
2014/S 230-406592
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Defence Infrastructure organisation
Delancy Building, Marlborough Lines, Monxton Road
For the attention of: Siobhan MacMillan
SP11 8HJ Andover
UNITED KINGDOM
Telephone: +44 1264383279
E-mail: dio-hestia-south-region@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 UK
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.
Military mess and non-mess based catering/other short term catering;
Military functions;
Retail;
Refreshment services;
Military mess accommodation/hotel services (including cleaning and bookings);
Cleaning, general and specialist;
Domestic Assistance;
Waste Management;
Tailoring;
Reception services;
Labour/porterage;
Laundry/Dry Cleaning
Portable Toilets
Some services within a number of Establishments within the region are currently provided ‘In House’. These services will be subject to a value for money benchmark and may or may not be included in the final Contract.
In addition to the required services above, there is a business opportunity to provide additional retail and leisure services 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 200 000 000 and 400 000 000 GBP
II.2.2)Information about options
Description of these options: Extension of the contract duration by 2 separate 1 year option periods.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
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 (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: Economic and Financial standing will be assessed within 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: 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 out in Sections III.2.2) and III.2.3) of this Contract Notice. The four PP’s with the highest scores will be taken forward to the next stage of the procurement. Full details of the method for choosing the PPs 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 format.
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) 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: 62782D4B56.
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-20141126-DCB-6188644.
VI.4.1)Body responsible for appeal procedures
Defence Infrastructure Organisation
Delancy Building, Marlborough Lines, Monxton Road
SP11 8HJ Andover
UNITED KINGDOM
E-mail: dio-hestia-south-region@mod.uk
Telephone: +44 1264383279
Body responsible for mediation procedures
Ministry of Defence, DIO
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, DIO
VI.5)Date of dispatch of this notice: