The current contract for Road transport services in Bristol is projected to end on 21/1/2018 and may be available for re-tender.The current contract for Road transport services in Bristol included Road transport services. Mail transport by road. Transport services (excl. Waste transport). Provision of a Freight Transportation Service to include Road transport services, Mail transport by road, Transport services (excl Waste transport). Authorised demanders against this requirement will be DE&S and Frontline Commands. Description of requirement: To provide a scheduled Freight Transportation Service between Logistic Commodity Services (LCS) Bicester, United Kingdom (UK) and Logistic Commodity Services (LCS) Dulmen, Germany (GER). The provision of an Ad-hoc Freight Transportation Service between LCS UK and LCS GER. The provision of an Ad-hoc Freight Transportation Service for the road movement of MOD mail (primarily surge) between British Forces Post Office (BFPO) at Northolt (West London), UK direct, or if required via Mons, Belgium (BEL), to Dulmen (GER). Surge, in this context, is usually sudden and short-lived and is often related to festive periods. All vehicles used are to be compliant with UK Road Haulage legislation and/or their European equivalent. The Authority invites Expressions of Interest (EofI) in its requirement from companies or alliances that can demonstrate experience of supply of Freight Transportation services. EofIs are to be submitted by email only to DESJSCProvMgt-MSS-Comrcl3@mod.uk. This procurement will take place under the Restricted procedure. 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. Pre Qualification Exercise: A Pre-Qualification Questionnaire (PQQ) will be issued both electronically and in hard copy to those companies or alliances for which an EofI has been received by 21.9.2012. The PQQ must be completed and returned to the Contracting Authority in both electronic and hard copy format by the date indicated in the PQQ. The electronic copy should be provided in Microsoft Word 2007 on a CD. Only those companies or alliances that can demonstrate a sufficient level of competence against the Authority’s Pre-Qualification Questionnaire criteria will be invited to participate in the competition; it is envisaged that no more than 8 companies or alliances that meet the minimum qualifying standard will be invited to submit a tender for the requirement. Those companies or alliances that fail on any of the pass/fail criteria stated in the PQQ will not be scored and therefore will not progress to the down-selection phase. The pass/fail subjects in the PQQ will be: Grounds for Mandatory Rejection: Conviction for offences relating to Conspiracy, Involvement with serious Organised Crime, Corruption, Bribery, Fraud, Money Laundering, Terrorist Offences, Drug Trafficking or any offence within the meaning of Article 39(1) of the Defence and Security Procurement Directive 2009/81/EC or for any other reason as contained within paragraph III.2.1 of this notice will fail this element of the PQQ. Grounds for Discretionary Rejection: The Authority will ask a series of questions relating to; Bankruptcy, Insolvency Administration, Convictions of a Criminal Offence, Professional Misconduct, failure to pay Social Security and or Taxes, Misrepresentation under regulation 38 or 39 of Defence and Security Public Contract Regulations 201, or on any other subjects contained within paragraph III.2.1 of this notice. Failure to provide an acceptable response to any of the questions posed by the Authority will constitute a failure of this element of the PQQ. Economic and Financial Standing: The Applicant’s (individual companies or members of potential alliances) financial ability to meet this requirement will be assessed on a risk basis (low, medium, high) evaluated by the Cost Assurance and Analysis Service’s (CAAS) Financial Analysts, and if considered too high a risk, the applicant will be excluded regardless of the overall score. Factors that will be taken into consideration when evaluating the accounts include: Turnover; Profitability; Liquidity and Working Capital; Debt; Cash flow. The MOD will also examine the financial health of any holding company or subsidiary of the applicant where it is part of a Group. When assessing the financial health of an organisation the Authority will also take 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 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. Failure to provide accounts will constitute a failure of this element of the PQQ. The Authority requires that companies hold Employers Liability Insurance of at least £5M. Failure to provide this will constitute a failure of this element of the PQQ. Project Questions: The Authority requires that companies hold a Goods Vehicle Operators Licence or EU equivalent, Certificate(s) of Professional Competence for Road Person(s) or EU equivalent. Failure to provide confirmation of these will constitute a failure of this element of the PQQ. Quality Accreditation: Companies or alliances must fulfil the quality accreditation requirements of BS EN ISO 9001:2008 issued by a UKAS recognised 3rd Party Certification Body. In the event that they do not meet these requirements then this will constitute a failure of this element of the PQQ. Health and Safety at Work: Companies or alliances must have a Health & Safety at Work policy/process/procedure. In the event that they do not meet this requirement then this will constitute a failure of this element of the PQQ. The following elements will attract a score multiplied by a weighting factor which will be decided based on the importance of the question: Experience & Contract examples; Professional Qualifications; Supplier Performance Assessment Scheme; Technical capability to perform the contract; Details of company size, security, safety measures and workload; Environmental Management. Within the PQQ, the Authority will seek an undertaking from companies or alliances that have submitted an EofI that they are prepared to fulfil certain obligations in this respect. 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 and may appear in other publications as appropriate.