Supply Tents to Ministry of Defence
Procurement of General Service Tentage and Associated Items.
United Kingdom-Bristol: Tents
2016/S 113-200772
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Abbey Wood
Bristol
BS34 8JH
United Kingdom
Contact person: David Dukes
E-mail: DESLEOSP-OIP-Comrcl-Mgr1a@mod.uk
NUTS code: UKK11
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Procurement of General Service Tentage and Associated Items.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Operational Infrastructure Programme (OIP) Team within the MOD has identified a potential requirement to procure a tri-service re-deployable tentage shelter solution, which can be interchangeable with current in-service General Service tentage.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
Bristol, City of.
II.2.4)Description of the procurement:
The Operational Infrastructure Programme (OIP) Team within the MOD has identified a potential requirement to procure a tri-service re-deployable tentage shelter solution, which can be interchangeable with current in-service General Service tentage.
The re-deployable solution must include (but not limited to) the following characteristics:
— Modular and interconnecting;
— Available in varying pre-defined sizes;
— Fire retardant;
— Waterproof;
— Durable to withstand extremes of climate and heavy repeated usage;
— Suitable for accommodation and general purpose use.
Contract duration shall be for a period of four (4) years. The anticipated value of work under the contract shall be in the region of 9 500 000 GBP.
The tender shall be assessed on the most economically advantageous tender criteria following down selection to a maximum of 6 suppliers by use of DPQQ in accordance with the Restricted procedure.
Electronic copies of draft tender documentation for OIP/0034 is included for information in accordance with PCR 2015. Electronic copies are provided with the DPQQ attached to this notice. These documents are offered for information only, you may provide comment on the draft documents but do not respond to them. Any comments provided to the Authority shall be considered for inclusion into the formal ITT. All comments must be provided by the DPPQ return date. You should only submit a response to the DPQQ. Formal ITT will be issued in accordance with dates included in the draft ITT.
The Authority will use the DPQQ responses to create a short-list six (6) tenderers who:
1. Achieve a ‘pass’ for DPQQ question 1 (Accreditation);
2. Achieve at least a minimum ‘satisfactory’ score for all other questions;
3. The highest ranking (up to 6) scores (including weighting) will be taken through to the ITT stage;
4. In the event of a tied score for the 6th position, the Authority will take all suppliers receiving that same score through to the ITT stage.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
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: 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 the Response Manager and add the following Access Code: XED7C28XV23. Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 11.7.2016, 10:00. Please ensure that you allow yourself plenty of time when responding to this invite 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 Help desk by emailing: support@contracts.mod.uk
A8 of 33:
Version 3,0 dated 1.5.2016.
Source: The Commercial Tool-kit.
At: http://aof.uwh.diif.r.mil.uk or http://www.aof.mod.uk
Suggested text on how you intend to create the short-list of tenderers:
Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria set out at Sections III.1.1) III.1.2) and III.1.3) of this Contract Notice.
The Authority will use the PQQ response to create a short-list of tenderers who:
(1) Are eligible to participate under Section III.1.1) of this Contract Notice;
(2) Fulfil any minimum standards under Sections III.1.2) and III.1.3) of this Contract Notice; and
(3) Best meet in terms of capacity and capability the selection criteria set out Sections III.1.2) and III.1.3) of this Contract Notice.
Full details of the method for choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter 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.
Electronic Trading:
Potential suppliers must note the mandatory requirement for electronic trading using the Ministry of Defence’s standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for the performance of this Contract. You can find details on the P2P system at: www.d2btrade.com The Contractor shall be required to sign DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form) and DEFCON 522J (Payment under P2P).
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional 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. 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 2.4.2014, 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 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 andwww.contracts.mod.uk GO Reference: GO-2016610-DCB-8340383.
VI.4.1)Review body
Abbey Wood
Bristol
BS34 8JH
United Kingdom
VI.4.2)Body responsible for mediation procedures
MOD Abbey Wood, Sprcuse 3A #1390
Bristol
BS34 8JH
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Abbey Wood
Bristol
BS34 8JH
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Supply Radar Training System to MOD
Safety Consultancy Services for MOD
In-Service Support of Ships Protection Systems
Logistics Development Agenda – Conceptual Thinking