Supply Books for Ships Libraries
The Authority has a requirement for the provision of books for the RN, RM and RFA. Companies will be expected to provide wholesale and one-off quantities of any in-print books including packaging and delivery (next-day delivery for in-stock items).
United Kingdom-Portsmouth: Library books
2013/S 217-377868
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Fleet Commercial, C&C
Room 303, 3rd Floor, Building 1/080, HMNB Portsmouth
Contact point(s): DESComrclCC-NavyTec1c
For the attention of: Kayleigh Barrie
PO1 3LU Portsmouth
UNITED KINGDOM
Telephone: +44 2392726810
E-mail: descomrclcc-navytec1c@mod.uk
Fax: +44 2392727776
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
Service category No 27: Other services
NUTS code UKJ31
The Contract will be for an initial period of 3 years with a further two 1 year options. Any prospective supplier wishing to be considered for Invitation to Tender (ITT) should forward an Expression of Interest (EOI) to the address below.
The Authority is required to implement a Dynamic Pre-Qualification Questionnaire (DPQQ) prior to any company being invited to Tender. The Authority may use a Reverse Auction.
22113000
Estimated value excluding VAT:
Range: between 685 000 and 3 400 000 GBP
Description of these options: Contract for initial period of 3 contract years plus two one year options.
Provisional timetable for recourse to these options:
in months: 2 (from the award of the contract)
Section III: Legal, economic, financial and technical information
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.
To be included within the Invitation to Tender Documents.
(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.
To be included within the Invitation to Tender Documents.
Minimum level(s) of standards possibly required: To be included within the Invitation to Tender Documents.
(a) a list of the works carried out over the past 5 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
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract
To be included within the Invitation to Tender Documents.
Minimum level(s) of standards possibly required:
To be included within the Invitation to Tender Documents.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: To be included within the Invitation to Tender Documents/Completion of Dynamic PQQ
Additional information about electronic auction: Yes. 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.
Section VI: Complementary information
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.
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-2013116-DCB-5246413
Fleet Commercial, C&C
Room 303, 3rd Floor, Building 1/080, Jago Road, HMNB Portsmouth
PO13LU Portsmouth
UNITED KINGDOM
E-mail: descomrclcc-navytec1c@mod.uk
Telephone: +44 2392726810
Fax: +44 2392727776
Body responsible for mediation procedures
Fleet Commercial, C&C
Room 303, 3rd Floor, Building 1/080, Jago Road, HMNB Portsmouth
PO13LU Portsmouth
UNITED KINGDOM
E-mail: descomrclcc-navytec1c@mod.uk
Telephone: +44 2392726810
Fax: +44 2392727776
Fleet Commercial, C&C
Room 303, 3rd Floor, Building 1/080, Jago Road, HMNB Portsmouth
PO13LU Portsmouth
UNITED KINGDOM
E-mail: descomrclcc-navytec1c@mod.uk
Telephone: +44 2392726810
Fax: +44 2392727776
VI.5)Date of dispatch of this notice:6.11.2013