Supply and Fitting of Military Uniforms
The Defence Clothing Team within DE&S have a future requirement for the manufacture, supply and fitting of a range of Royal Navy (RN) parade uniforms consisting of jackets, trousers, skirts and greatcoats.
United Kingdom-Bristol: Military uniforms
2014/S 070-120324
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Ministry of Defence, IMOC
Cedar 0 #3028, Abbey Wood South
For the attention of: Hannah Weir
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067983525
E-mail: descommodities-dc-comrcl-2c@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
Purchase
NUTS code
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 5 000 000 and 10 000 000 GBP
35811300
The Contractor will be required to attend each location as specified on the demand orders to fit the uniforms.
There may be a requirement for ad hoc development tasks which may include providing or updating specifications, patterns and drawings for Items on this Contract and these will be raised under Special Tasking Orders.
Estimated value excluding VAT:
Range: between 5 000 000 and 10 000 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: All particular conditions are covered within the ITT documents (Terms and Conditions).
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.
(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 three 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.
(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.
(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.
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
As detailed within the Invitation to Tender documents.
Minimum level(s) of standards possibly required:
As detailed within the Invitation to Tender documents.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Management. Weighting 10
2. Technical. Weighting 30
3. Capability. Weighting 55
4. Sustainability. Weighting 5
Payable documents: no
Place:
Abbey Wood Tender Board.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Tender Board members are randomly selected from Abbey Wood Commercial Officers. To ensure fairness no members of the purchasing team will be present.
Section VI: Complementary information
Tenderers should note that the Authority anticipates awarding the Contract to the successful bidder in time to allow a 4 month pre-production lead in period to ensure that essential fittings and orders can take place from 1.12.2014 onwards.
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
The ITT documents will detail all of the information bidders will be expected to provide to be deemed compliant for this requirement.
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 Gov.uk website provides information on the new GSC.
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.
Please note that the requirement to which this notice relates comes under Logistic Commodities and Services (LCS), formed on August 2011. LCS is determining the future strategy for all commodities and services within its remit and may in the future place a contract for the supply of services which may include the provision of articles (or services) which are covered by this notice. In this event the Authority may satisfy its requirement from the LCS service contract and no further orders will be placed against any framework arising from this notice.
When expressing an interest in this requirement bidders are also to provide the following information:
Full name of bid manager / point of contact at the company.
Full address for all correspondence relating to this requirement – postal and e-mail.
Contact Telephone No.
Company Registration No.
ISO 9001:2008 Accreditation or equivalent. Please provide your certificate with your expression of interest to enable the Authority to determine whether it shows a suitable scope and a clear link to the requirement. The Authority will contact you with further information as soon as possible if your ISO 9001/2008 Accreditation is not suitable and also reserves the right to request further information relevant to the requirement through the ITT Question Set. GO Reference: GO-201444-DCB-5581793.
Ministry of Defence, IMOC
Body responsible for mediation procedures
Ministry of Defence, IMOC
Ministry of Defence, IMOC
VI.5)Date of dispatch of this notice:4.4.2014