CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

UK-LICHFIELD: Invalid carriages, wheelchairs and associated devices.
Section I: Contracting Authority
I.1) Name and addresses
Ministry of Defence, C&C, Defence Medical Services (DMS)
DMS Whittington, LICHFIELD, WS14 9PY, United Kingdom
Tel. +44 1543434722, Email: carol.holmes526@mod.gov.uk
Main Address: www.contracts.mod.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.contracts.mod.uk
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Wheelchair Services for DMRC Stanford Hall
Reference Number: Not provided
II.1.2) Main CPV Code:
33193000 – Invalid carriages, wheelchairs and associated devices.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Authority has a requirement for the provision of Wheelchair Services for Defence Medical Rehabilitation Centre (DMRC) at Stanford Hall (SH). The proposed Contract shall be for a period of 3 years commencing 28th January 2019 and ending 27th January 2022, with an option to extend for a further 2 years.

The successful Service Provider shall provide wheelchairs and associated services to include patient assessment, technical support, accessories, built-in maintenance, warranty and subject matter expert advice. Additionally the service provider will maintain the 20 existing ‘pool’ wheelchairs.

Within a 12 month period it is estimated that between 10 an 20 bespoke wheelchairs shall be required, although these figures may fluctuate in accordance with demand.
II.1.5) Estimated total value:
Value excluding VAT: 405,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The Authority has a requirement for the provision of Wheelchair Services for Defence Medical Rehabilitation Centre (DMRC) at Stanford Hall (SH). The proposed Contract shall be for a period of 3 years commencing 28th January 2019 and ending 27th January 2022, with an option to extend for a further 2 years.

The successful Service Provider shall provide wheelchairs and associated services to include patient assessment, technical support, accessories, built-in maintenance, warranty and subject matter expert advice. Additionally the service provider will maintain the 20 existing ‘pool’ wheelchairs.

Within a 12 month period it is estimated that between 10 an 20 bespoke wheelchairs shall be required, although these figures may fluctuate in accordance with demand.

Cyber Security: The MOD has a duty to protect itself from Cyber threats and now we extend this to Suppliers we engage with. As an extension of the Government’s Cyber Essentials Scheme the MOD, working together with Industry and other Government Departments, have developed a more robust Cyber Security Model, under the umbrella of the Defence Cyber Protection Partnership (DCPP). All prime contractors must have the cyber security controls specified in DEF Stan 05-138 (Cyber Security for Defence Suppliers), as appropriate to the cyber risk level specified in the contract.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 405,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Authority has the option, within its sole discretion, to extend the contract by up to two periods of 12 months each.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided

Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided

IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 22/11/2018 Time: 10:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 22/11/2018
Time: 10:00
Place:
JFC6 (COMMERCIAL), TENDER BOARD, JFC Commercial, Room1.2.24, Kentigern House, 65 Brown Street, GLASGOW G2 8EX

Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.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. The link below to the Gov.uk website provides information on the Government Security Classification.

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 VI.4) Procedures for review
VI.4.1) Review body:
Ministry of Defence, C&C, Defence Marine Services (DMS)
LICHFIELD, WS14 9PY, United Kingdom
Tel. +44 1543434722, Email: carol.holmes526@mod.gov.uk
VI.4.2) Body responsible for mediation procedures:
Ministry of Defence, C&C, Defence Marine Services (DMS)
LICHFIELD, United Kingdom
Tel. +44 1543434722, Email: carol.holmes526@mod.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, C&C, Defence Medical Services (DMS)
LICHFIELD, United Kingdom
Tel. +44 1543434722, Email: carol.holmes526@mod.gov.uk
VI.5) Date Of Dispatch Of This Notice: 12/10/2018

Annex A


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

April 25, 2024

Engineering Training Framework Agreement

Type of document: Contract Notice Country: United Kingdom 1. Title: ENGINEERING TRAINING FRAMEWORK AGREEMENT 2. Awarding Authority: Ministry of Defence, GB Email:

April 25, 2024

The Repair of Coolant Line Replacement Units and Associated Items - Short Deadline

Type of document: Contract Notice Country: United Kingdom 1. Title: THE REPAIR OF COOLANT LINE REPLACEMENT UNITS AND ASSOCIATED ITEMS – SHORT