Type of document: Contract Notice
Country: United Kingdom
UK-Bristol: Mustard seeds.
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ministry of Defence, Air Support, Air ISTAR
MOD Abbeywood, NH1 Walnut 3a #1317, Bristol, BS34 8JH, United Kingdom
Tel. +44 067987603, Email: ashlie.west126@mod.gov.uk
Contact: Ashlie West
Main Address:
NUTS Code: UKJ14
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Applications must be sent to: As Above
I.2)Type of the contracting authority and main activity or activities:
Ministry or any other national or federal authority, including their regional or local subdivisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entity:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: akdjkawkdkaw
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Lease
Region Codes: AL02 – Qender
II.1.3)Framework agreements: Not Provided
II.1.5)Short description of the contract or purchase:
Mustard seeds. ejkajkwdk.a,.wd,.m
II.1.6)Common Procurement Vocabulary:
03111600 – Mustard seeds.
II.1.7)Information about subcontracting:
Not Provided
II.1.8)Division into lots: No
II.1.9)Variants will be accepted: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope (including all lots, renewals and options):
qhka,n,an,wmnm,an
Estimated value excluding VAT: 6,700
Currency: GBP
II.2.2)Options: No
II.2.3)Renewals: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Authority reserves the right to request an indemnity, guarantee or bank bond if, it following its financial assessment the Authority has concerns with the tenders economic and financial standing.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the contract.
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:
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.
III.1.5) Information about security clearance
Candidates which do not yet hold security clearance may obtain such clearance until: Not Provided
III.2)Conditions For Participation
III.2.1)Economic and financial capacity:
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers.
The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (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 (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 these criteria are at
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.
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 2009/81EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all the professional misconducts listed at Article 39(2) of directive 2009/81EC (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 these criteria are at
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, circumstance or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2) Economic and financial standing:
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
(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;
Information and formalities necessary for evaluating if the requirements are met:
Information necessary for the Authority to conduct an assessment of financial standing must be provided alongside DPQQ response and will be evaluated in accordance with the DPQQ evaluation guide.
Minimum level(s) of standards possibly required: (if applicable)
The estimated annual contract value is £800,000 If the estimated annual contract value is greater than 40% of the supplier’s turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include:
(1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
(2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the supplier’s financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process
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)
(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 five 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 five 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;
(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 one 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 three 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;
(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;
(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i);
Information and formalities necessary for evaluating if the requirements are met:
Information/ evidence necessary for the Authority to conduct an assessment of the criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion ) must be provided alongside DPQQ response and will be evaluated in accordance with the DPQQ evaluation guide. The Authority reserves the right to exclude a supplier from being selected to tender where that supplier fails to demonstrate achievement of the minimum level(s) required.
III.2.4) Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 3 and maximum number: 6
Objective Criteria for choosing the limited number of candidates:
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.2.1), III.2.2) and III.2.3) of this Contract Notice.
The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate under Section III.2.1) of this Contract Notice;
(2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and
(3) best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3) 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.
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated below
Criteria – Weighting
IV.2.2)An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: FsASTC/00151
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 10/09/2018
Time: 23:59
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)The contract is related to a project and/or programme financed by European Union funds: No
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
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
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 your Response Manager and add the following Access Code: V9DRB42N9B.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity 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 (FAQs) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Ministry of Defence, Air Support, Air Dominance and Supression
Bristol, United Kingdom
VI.4.2)Procedures for appeal: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 21/08/2018
ANNEX A