Supply of Rags and Cloths
The Defence Equipment and Support (DE&S), Medical and General Supplies (M&GS) Team has a requirement for the supply and delivery of a variety of Rags and Cleaning Cloths .A four year framework agreement , the range is for approximately nine line items of Rags and Cleaning Cloths.
UK-Bristol: Rags
2013/S 022-033999
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Medical and General Supplies (M&GS), DE&S
DE&S, #4226 Elm 2B, Abbeywood
For the attention of: Helen Stock
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067983548
E-mail: helen.stock256@mod.uk
Fax: +44 1179138907
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 UKG
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: 3 722 000 GBP
Rags. Cleaning cloths. Dishcloths. Dusters. The Defence Equipment and Support (DE&S), Medical and General Supplies (M&GS) Team has a requirement for the supply and delivery of a variety of Rags and Cleaning Cloths .A four year framework agreement , the range is for approximately nine line items of Rags and Cleaning Cloths. .
Ordering, receipting and invoicing will be electronic via DECS P2P (details at www.d2btrade.com).
Please note that the requirement to which this notice relates comes under Logistic Commodities and Services (LCS), formed on 1 Aug 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 requirements from the LCS service contract and no further orders will be placed against any framework arising from this notice.
Supplier selection will be by Pre Qualification Questionnaire.
39542000, 39525800, 39525600, 39525100
Estimated quantity for Cleaning Cloth, Lavette 157,200 pieces
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.
(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 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
Minimum level(s) of standards possibly required: The Applicant’s financial ability to meet this requirement will be assessed on a risk basis and the Applicant’s financial accounts will be evaluated by the Authority. Factors that will be taken into consideration when evaluating the accounts include: Turnover; Profitability; Liquidity and Working Capital; Debt; Cashflow. The MOD will also examine the financial health of any holding company or subsidiary of the applicant company where it is part of a group. When assessing the financial health of an organisation the Authority will also taken into consideration any Auditor’s opinion, for example Qualifications or Emphasis of Matter Statements. The Authority’s opinion may be validated using financial credit agencies such as Company Watch and Dunn and Bradstreet. If examination of the financial accounts exposes the potential for an applicant to experience financial difficulty, then the Authority will determine the level of risk that it is willing to bear in fulfilling the requirement. Evaluation of the accounts will attract an acceptable or non-acceptable risk marking. The minimum level of standard required is an acceptable risk marking. This is a mandatory pass/fail element of the Pre Qualification Questionnaire . Any Economic Operator who fails this element of the Pre Qualification Questionnaire will not be invited to submit a tender for the requirement.
(b) a list of the principal deliveries effected or the main services provided in the past three 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
(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
Minimum level(s) of standards possibly required:
Evidence of experience of supplying industrial consumables to a high level of service, and of a systematic and professional approach to supply chain management This is a mandatory pass/fail element of the Pre Qualification Questionnaire .
The criterion for Quality Accreditation is certification with scope to cover the supply of industrial consumables, by a UKAS accredited body to BS EN 9001:2008 or equivalent. This is a mandatory pass/fail element of the Pre Qualification Questionnaire .
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Capability, Supply Chain Management, Performance Management, Innovation, Collaborative Working
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-2013129-DCB-4550413
Medical & General Supplies (M&GS), DE&S
#4226 Elm 2B, Abbeywood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: Helen.Stock256@mod.uk
Telephone: +44 3067983548
Fax: +44 1179138907
Body responsible for mediation procedures
Medical & General Supplies (M&GS), DE&S
VI.5)Date of dispatch of this notice:29.1.2013