Supply of Garments for MOD
Supply of knitted garments.
UK-Bristol: garments
2012/S 71-118106
Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority/entity
Medical and General Supplies Team, DE&S
Elm 2B #4226, Neighbourhood 4, MOD
For the attention of: DES Commodities M&GS Comrcl 1b1
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067983612
E-mail: DESCommodities-MGS-Comrcl-1b1@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 UKJ14
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: 2 754 000 GBP
The future contract will be a 4 year enabling arrangement for the supply of approximately 100 000 Knitted Garments per annum to MOD specifications. An ability to conduct business electronically will be an essential requirement in accordance with www.d2trade.com as the MOD intends to migrate its purchasing using the Defence Electronic Commerce Service (DECS).
18300000
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
Estimated value excluding VAT: 2 754 000 GBP
Section III: Legal, economic, financial and technical information
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://project.contracts.mod.uk/businessExchange/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.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: DE&S, DC Team will be conducting a Pre-Qualification exercise. A pre-qualification questionnaire (PQQ) will be issued both electronically and in hard copy to those Potential Providers for which an Expression of Interest has been received by 17.5.2012. It is planned to issue the PQQ on 18.5.2012. It must be completed and returned to the DC Team in both electronic and hard copy format by 6th June 2012. The electronic copy should be provided in Microsoft Office 97-2003 compatible format on a CD. Please note the Authority cannot accept electronic documents in ’Office 2007’. Only those potential providers that can demonstrate a sufficient level of competence against the Authority’s pre-qualification criteria will be invited to tender (this will be limited to a maximum of 6 potential providers who achieve a satisfactory score at the PQQ stage). Those potential providers who fail on the pass/fail criteria stated in part 2 of the PQQ will not progress to the projects specific questions and the PQQ will not be considered further. The pass/fail criteria of Part 2 of the PQQ will be: supply of requested documentation, financial health and ability to trade electronically. Part 2 of the PQQ will be used to down-select. The following topics will be used as criteria and scored accordingly to determine the potential providers to be invited to tender (not in order of priority or weighting). quality systems and procedures, ability to produce and deliver high volumes to schedule, Ability to Manage the Supply Chain, Technical Capability and Sustainable Procurement. Potential Providers will also be required to provide information regarding TUPE (which may apply to this requirement).
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.
Payable documents: no
Section VI: Complementary information
The announcement of this possible future requirement is not to be construed as confirmation that an Invitation to Tender or Contract will subsequently be issued. Announcements are for information only. Thus the issue of this notice, and any PQQ or invitation to tender documentation, is not to be construed as a commitment by the MOD to place a Contract. Any expenditure, work or effort undertaken prior to Contract award is accordingly a matter solely for the commercial judgement of Potential Providers. Announcements herein may also be published in the MOD Defence Contracts Bulletin, the Official Journal of the European Union (OJEU) or the European Defence Agency’s Electronic Bulletin Board as appropriate.
The MOD as a major UK Government Department is required and determined to fully pursue the principles and practices of Sustainable Procurement. As well as meeting its social obligations. MOD is particularly concerned with demonstrating greater fuel efficiency (reduced fuel consumption) and improvement in its use of scarce natural resources, to minimise any consequential environmental impacts. Any Potential Providers to MOD will be expected to be equally committed to this agenda and to make positive contributions to the above aims and objectives. Potential Providers will also be required to comply with all Government Buying Standards (GBS) which may be relevant to this requirement. A copy of the GBS can be found on the DEFRA website at www.defra.gov.uk/sustainable/index.htm.
Please note that the requirement to which this notice relates comes under Logistic Commodities and Services (LCS), formed on 1 Aug 11. 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 requirements from the LCS service contract and no further orders will be placed against any framework arising from this notice.
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-2012410-DCB-3845935.
Defence Clothing (DC), DE&S
Body responsible for mediation procedures
Defence Clothing (DC), DE&S
Defence Clothing (DC), DE&S
VI.5)Date of dispatch of this notice:10.4.2012