MOD Photographic Framework Agreement
The Ministry of Defence wishes to appoint a prime contractor and establish a framework arrangement for the provision of tri-service photographic/imaging equipment and consumables to meet the tri-service professional photographic requirement in its entirety.
UK-Bristol: Photographic equipment
2013/S 121-207038
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Soldier System Programmes, DE&S
Elm 3b # 4325, MOD Abbeywood
Contact point(s): DES LE SSP-Comrcl1c1
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 1179183187
E-mail: deslessp-comrcl1c1@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
A combination of these
NUTS code UKK11
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 10 and 18 GBP
38650000
The Ministry of Defence wishes to appoint a prime contractor and establish a framework arrangement for the provision of tri-service photographic/imaging equipment and consumables to meet the tri-service professional photographic requirement in its entirety. This requirement covers photographic and imaging equipment [e.g. cameras, lenses, lighting and tripods], consumables [e.g. photo paper, chemicals, and inks], ancillary equipment [e.g. batteries and bags], post production hardware and software [e.g. printers and IT], and audio-visual equipment [e.g. camcorders and projectors].
The services will include:
— The supply of the above equipment via a consumable/disposable and hardware/repairable (capital equipment) e-catalogues and Purchase to Payment. The contractor will be required to hold equipment ready to be provided to the MoD within readiness timescales.
— The short term hire of photographic equipment.
— The ad-hoc repair/maintenance of current in service professional photographic equipment [e.g. cameras, lenses, camera/lens cleaning printers, software and IT].
— The lease of a professional photographic end-to-end system (e.g. from image capture to printing/transmitting) including maintenance initially for 13 RAF units with the view to incorporate an additional 9 units mid 2014.
All of the above is to include customer support and technical support to the MoD.
The Authority intends to allow other UK public sector bodies to utilise the consumable/disposable e-catalogue. The Invitation to Tender and any resulting contract will therefore facilitate all units and establishments of the Ministry of Defence and any other UK government department or contracting authority.
An indicative estimated breakdown of the spending under this contract is as follows:
New Equipment Procurement 30 %
Consumables 25 %
Repairs and Maintenance 15 %
Lease of Equipment 25 %
Other Government Departments 5 %
Please note that while the indicative values stated in this advert are realistic predictions of the estimated spend of this contract, this is an enabling arrangement and as such there is no guaranteed minimum level of spend.
The process of awarding the contract shall be as follows:
(1) Expressions of interest are invited from all suppliers who believe they can meet this requirement. Expressions of Interest are expected to include the following information; the name of your company, the legal name of your company as registered with Companies House (where applicable) and a point of contact.
Please also provide one of the following:
— A copy of your audited accounts for the most recent 2 years;
— A statement of your turnover, profit and loss account and cash flow for the most recent year of trading;
— A statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position;
— Alternative means of demonstrating financial status if trading for less than a year.
Please also provide details of up to three contracts from either or both public or private sector, that are relevant to the Authority’s requirement, specifically that you are able to manage the timely procurement, roll-out and maintenance/support of an end-to-end system. Contracts should have been performed in the last three years and details should contain: Customer Organisation (name); Customer contact name, phone number and e-mail (The customer contact should be prepared to speak to the purchasing organisation to confirm the accuracy of the information provided if we wish to contact them); Contract start/end date; Contract Value; Brief description of contract (max 150 words) including evidence as to your technical capability In this market.
(2) It is envisaged that up to 6 companies will be invited to tender. A Pre-Qualification Questionnaire (PQQ) exercise may therefore be undertaken. If so, this will be issued following the closing date of Expressions of Interest. The Pre-Qualification Questionnaire will assess the competence, capability and capacity of potential suppliers to meet this requirement. Those suppliers ranked 1 to 6 who can demonstrate a sufficient level of competence against the Pre-Qualification criteria will be invited to Tender.
(3) The Invitation to Tender (ITT) will require tenderers to propose what equipment they would use to meet our requirement, their prices, lead times and other pertinent information. The assessment of responses will be based upon the most economically advantageous tenders in terms factors such as cost, time and technical capability. The compliant Tenderer who achieves the highest score shall be awarded the contract.
Potential suppliers who wish to express an interest in meeting this requirement must submit their Expressions of Interest in hard copy format to the address shown not later than midday (12:00 hrs GMT) on Wednesday 24.7.2013. Electronic submission may also be made in parallel to the e-mail address shown below by the same date.
Estimated value excluding VAT:
Range: between 10 000 000 and 18 000 000 GBP
Description of these options: The Authority reserves the right to include a profesional photographic end-to-end leased system including maintenance for an additional 9 RAF units post September 2014.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
(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.
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct.
Section IV: Procedure
Prior information notice
Notice number in the OJEU: 2012/S 158-264136 of 18.8.2012
Section VI: Complementary information
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-2013620-DCB-4892393.
Soldier System Programmes, DE&S
Elm 3b #4325, MOD Abbeywood
BS34 8JH Brostol
UNITED KINGDOM
E-mail: DESLESSP-Comrcl1c1@mod.uk
Telephone: +44 1179183187
Body responsible for mediation procedures
Soldier System Programmes, DE&S
Elm 3b #4325, MOD Abbeywood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: DESLESSP-Comrcl1c1@mod.uk
Telephone: +44 1179183187
Soldier System Programmes, DE&S
Elm 3b #4325, MOD Abbeywood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: DESLESSP-Comrcl1c1@mod.uk
Telephone: +44 1179183187
VI.5)Date of dispatch of this notice:20.6.2013