Tender for Supply of Signs and Labels
The Fleet Wide Equipment – Training Stores and Boats (FWE-TSB) team has a possible future requirement for the Supply and delivery of Signs and Labels. It is anticipated that there will be approximately 600 line items in total.
UK-Bristol: signs and related items
2012/S 39-063158
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Fleet Wide Systems (FWS), DE&S
Birch 1c, #3133, Abbeywood
Contact point(s): Jo Johnson
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067983829
E-mail: desshipsfwe-tsb-comrcl4b@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
Title: Supply of Signs and Labels.
Deadline for Expressions of Interest: 5.4.2012.
Proposed/Estimated ITT Issue date: 8.6.2012.
Proposed/Estimated ITT Return date: 20.7.2012.
Summary of Requirements/Description of Work:
The Fleet Wide Equipment – Training Stores and Boats (FWE-TSB) team has a possible future requirement for the Supply and delivery of Signs and Labels. It is anticipated that there will be approximately 600 line items in total. It will be an essential feature of any resultant Contract (s) for supplier(s) to be able to source products not normally held as stock or within their normal product range.
Reverse Auction: Yes.
Estimated Value of Requirement: 850 000,00 GBP.
QA Standards: BS EN ISO 9001:2008 3rd Party Certification accredited/recognised by UKAS with an appropriate scope to meet the requirement.
Pre-Qualification Information to be provided: Potential Applicants wishing to register an interest in the project must provide their notification of Expression of Interest in writing including detailed statements against all the Technical selection criteria listed below. Applicants who have completed Part 1 of a PQQ in the last 6 months are to declare this in the Expression of Interest and are only to provide Technical criteria information or, if Applicants have not recently submitted or have not completed Part 1 of a PQQ before, Applicants must submit a response to Part 1 of the PQQ which can be found through the following website: www.mod.uk Once you have gained access to the AOF – Commercial Toolkit you will need to follow the steps below to find the PQQ:
— Contracting Methods,
— Supplier Relations Development & Management.
Scroll down to the bottom and under further reading select:
— Supplier Selection Topic.
Scroll down to bottom and under related documents select:
— Annex A – Model Pre-Qualification Questionnaire.
Any additional supporting documentation should be directly relevant and be kept to a minimum. The submitted responses must follow exactly the order the criteria are set out. Failure to submit the requested information may result in the application not being considered further. It should be noted that a Pre-Qualification Questionnaire shall not be issued following this request for Expressions of Interest. Applicants will be down selected to tender on the basis of the response/evidence provided in their Expression of Interest and the Technical selection criteria stated below which carries the weightings specified. The Authority’s aim is to short-list no more than six companies to receive an ITT to ensure that the potential maximum number of received tender responses is manageable for the given tender evaluation period.
MOD Contacts: Potential suppliers should submit an Expression of Interest including the required information to Jo Johnson (E-mail:DESShipsFWE-TSB-Comrcl4b@mod.uk by 1200 on 5.4.2012.
Additional Information: Expressions of interest received after the above date and time will not be considered. The decision of the Authority is final. This announcement should not be construed as confirmation that a tender will be subsequently issued.
Technical Criteria: Technical Selection Criteria for down-selection for ITT shall be based on a marking scheme. A percentage weighting shall be applied to each of the Technical Criteria as shown and responses scored as follows:
Question Number Question Title Weighting %.
1. Meeting the Requirement 30
2. Sub-Contractors 15
3. Continuous Improvement / Value for Money 15
4. Quality Assurance 15
5. Project Risk Management 10
6. E-Commerce 10
7. Sustainable Procurement 5
Scoring Guidance: (This will be used for all questions above).
Assessment Experience Score.
Excellent The applicant has provided the Authority with a high level of confidence that the requirement could be met 3.
Satisfactory The applicant has provided the Authority with sufficient confidence that the requirement could be met 2.
Barely Acceptable The applicant has provided the Authority with a medium level of confidence that the requirement can be met, however some work is needed 1.
Not Acceptable The applicant has failed to demonstrate to the Authority that they have to capability to meet the requirement 0.
Responses Required:
Question Title Question Size of Response.
Meeting the Requirement Please provide your proposed strategy for meeting the requirements of an Enabling Arrangement for the supply of Signs and Labels. Information should address the DE&S supply chain aspects.
Maximum of 1 500 words.
Sub-Contractors Please explain how your supply chain operates and its monitors to maximise optimum performance Maximum of 1 000 words.
Continuous Improvement/ Value for Money Describe the processes/procedures/techniques your Company adopts to ensure that value for money is continuously delivered and customer requirements are consistently achieved or exceeded.
Maximum of 1 250 words.
Quality Assurance a. Please provide a copies of your current certificates. In the event that no ISO Certification is held, you must be able to demonstrate that you operate and maintain a business/quality management system acceptable to the Authority within the same scope.
b. You are required to provide details of the procedures you have in place to identify and record non-compliant work (in terms of quality) and to subsequently implement corrective and preventative actions.
c. You are required to provide details of how you notify sub-contractors of prime contract Quality Assurance conditions.
Maximum of 1 250 words.
Project Risk Management Please provide details of your experience of project risk management over the last three years Maximum of 1 250 words.
E-Commerce Describe what part e-commerce plays in your business and whether you are set up to trade using P2P or if you would be prepared to trade using P2P Maximum of 1 000 words.
Sustainable Procurement Describe areas where you have incorporated sustainable procurement in your corporate strategy, as well as your supply chain. Maximum of 1 000 words.
44423400
Section III: Legal, economic, financial and technical information
Section IV: Procedure
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-2012223-DCB-3734853.
Fleet Wide Systems (FWS), DE&S
Body responsible for mediation procedures
Fleet Wide Systems (FWS), DE&S
Fleet Wide Systems (FWS), DE&S
VI.5)Date of dispatch of this notice:23.2.2012