Supply of Janitorial Products to MOD
Supply of Janitorial, Garden and Waste and Miscellaneous Hardware Products.
United Kingdom-Bristol: Miscellaneous articles
2014/S 068-116446
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
JSC/LCS, JSC/LCS
Elm 2B, Neighbourhood 4, MOD Abbey Wood
For the attention of: Mr Alan Cuer
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067983552
E-mail: DESCommodities-MGS-Comrcl-3D1@mod.uk
Fax: +44 1179183907
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 UK
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 100 000 and 4 325 000 GBP
44423000, 44512000, 39224000, 33763000, 31120000, 44423200, 16160000, 34928480, 39800000, 16311000
Tenders may be submitted for one or more lots
Information about lots
Lot No: 1 Lot title: Supply of Janitorial Products
39224000, 33763000, 39830000
16160000, 16311000, 34928480
44423000, 44512000, 31120000, 44423200
Section III: Legal, economic, financial and technical information
Description of particular conditions: Description of particular conditions: Please note that the requirement to which this notice relates comes under Logistic Commodities and Services (LCS), formed 1 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. Alternatively, the Authority may appoint a Managing Agent to operate the framework/contract arising from this notice; novate the Agreement to a Managing Agent or third party; or assign the benefit of the Agreement to a Managing Agent . Further details will be provided in the Tender documentation.
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.
A low turnover compared to annual contract value will not automatically exclude the Potential Provider from being selected to Tender. If the annual contract value is greater than 40 % of the Potential Providers annual turnover, the Potential Provider should:
1) Provide any additional information showing it has sufficient economic and financial resources to deliver the requirement; and
2) State whether the Potential Provider is willing to provide the Authority with a bank guarantee or parent company guarantee or other guarantees of performance.
This assessment of Economic and Financial Standing will be conducted as part of the Dynamic Pre Qualification Questionnaire evaluation.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Potential Provider responses to the PQQ will be marked and scored as Pass / Fail against the following criteria:
Part 1: Form B – Grounds for mandatory rejection.
Part 1: Form C – Grounds for discretionary rejection.
Part 1: Form D – Economic and Financial Standing. Potential Provider responses to the PQQ for Part 2: Form F: Defence Sector and Project Specific Questions will be marked and scored against the following criteria: Technical Capability, Supply Chain Management, Performance Management and Sustainability. The questions detailed in this section will be weighted and scored to provide a Total Weighted score for each Potential Provider. PQQ responses in this section will be marked against the following criteria;
0 – No answer provided;
1 – Poor: Limited response provided. Insufficient evidence given to provide confidence.
2 – Satisfactory: Broadly acceptable response but lacking specific detail or examples.
3 – Good: Sufficient detail gives confidence that the requirement can be met.
4 – Very Good: Detailed answer with specific examples. High confidence that requirement could be met.
5 – Excellent: Full and comprehensive response with specific examples that exceed the requirements of the question.
The Authority will restrict the number of Potential Providers Invited to Tender to a maximum of 8 per Lot. Potential Providers will need to achieve an minimum Total Weighted Percentage of 40 % (2 out of 20 marks) to be considered for an Invitation to Tender (ITT) and will be ranked according to their Total Weighted Percentage. If a Potential Provider achieves the minimum Total Weighted Percentage, but is not ranked within the maximum of 8 Potential Providers PER LOT, then they will NOT receive and Invitation to Tender (ITT).
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.
From 2 April 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
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.
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: 234F2TW2JV. 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 0845 270 7099.
GO Reference: GO-201443-DCB-5578375
JSC/LCS, JSC/LCS
Elm 2B, Neighbourhood 4, MOD Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: DESCommodities-MGS-Comrcl-3D1@mod.uk
Telephone: +44 3067983552
Fax: +44 1179183907
Body responsible for mediation procedures
JSC/LCS, JSC/LCS
Elm 2B, Neighbourhood 4, MOD Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: DESCommodities-MGS-Comrcl-3D1@mod.uk
Telephone: +44 3067983552
Fax: +44 1179183907
VI.5)Date of dispatch of this notice:3.4.2014