Windscreen Replacement Services for Motor Vehicles
MOD Framework Agreement for the Provision of Windscreen Replacement Services for Motor Vehicles.
United Kingdom-Bristol: Windscreen replacement services
2016/S 120-213767
Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, Land Equipment, Operational Support Vehicle Programme (OSVP)
Building 2610, Aztec West, Almondsbury
For the attention of: Mike Weaver
BS32 4AQ Bristol
United Kingdom
Telephone: +44 7850210817
E-mail: mike.weaver@babcockinternational.com
Internet address(es):
General address of the contracting authority/entity: https://www.babcockinternational.com
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)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities/entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
Main site or location of works, place of delivery or of performance: United Kingdom.
NUTS code UK
II.1.3)Information on framework agreement
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 750 000 and 1 500 000 GBP
II.1.5)Short description of the contract or purchase(s):
II.1.6)Common procurement vocabulary (CPV)
50112120 – MA07
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 750 000 and 1 500 000 GBP
II.2.2)Information about options
Description of these options: 3 x 12 month options.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
III.1.5)Information about security clearance:
III.2.1)Personal situation
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 of the European Parliament and the Council (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 of the European Parliament and the Council (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://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.
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.
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See PQQ.
III.2.2)Economic and financial ability
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from the economic operator’s bankers or where appropriate, evidence of relevant professional risk indemnity insurance;
(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) Where appropriate, a statement, covering the 3 previous financial years of the economic operator, of: (i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.
See PQQ.
Minimum level(s) of standards possibly required: See PQQ.
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: See PQQ.
Minimum level(s) of standards possibly required: See PQQ.
III.2.3)Technical and/or professional capacity
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
(a) In the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator’s technical ability, taking into account in particular that economic operator’s skills, efficiency, experience and reliability;
(b) A list of works carried out over the past 5 years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case: (i) The value of the consideration received; (ii) When and where the work or works were carried out; and (iii) Specifying whether they were carried out according to the rules of the trade or profession and properly completed;
(c) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 5 years, or during a shorter period if necessary, and: (i) The dates on which the goods were sold or the services provided; (ii) The consideration received; (iii) The identity of the person to whom the goods were sold or the service were provided; (iv) Any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) Where: (a) that person was not a contracting authority, and (b) the certificate referred to in sub-paragraph, (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided;
(d) A statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator;
(e) A statement of the economic operator’s: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property;
(f) A check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator’s study and research facilities and quality control measures;
(g) In the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator’s educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator’s managerial staff; and (ii) those of 1 or more persons who would be responsible for providing the services or carrying out the work or works under the contract;
(h) The environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract;
(i) A statement of the services provider’s or contractor’s average annual number of staff and managerial staff over the previous 3 years;
(j) A description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;
(k) Any samples, descriptions and photographs of the goods to be purchased or hired under the contract and certification of the authenticity of such samples, descriptions or photographs;
(l) Certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority;
(m) In the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority;
(n) A certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification;
(o) Any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i).
See PQQ.
Minimum level(s) of standards possibly required
See PQQ and Draft ITT.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
See PQQ.
Minimum level(s) of standards possibly required
See PQQ.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As defined in the PQQ.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
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-2016617-DCB-8375335.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Land Equipment, Operational Support Vehicle Programme (OSVP)
Building 2610, Aztec West, Almondsbury
BS32 4AQ Bristol
United Kingdom
E-mail: mike.weaver@babcockinternational.com
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Tender for Driver Training Vehicles
West Midlands Police Motor Vehicle Body Repair Service
Provide Vehicle Recovery Services to Nottinghamshire Police
PSNI Managed Vehicle Recovery Service