Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 200-360509/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, Land Equipment, Operational Infrastructure Programme (OIP)
Postal address: Defence Equipment and Support, Operational Infrastructure Programme (OIP), Spruce 3A, #1309, MOD, Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Contact Person: Mrs Jen Smith
Telephone: +44 3067985816
Email: DESLEOSP-OIP-Comrcl-Mgr1b@mod.uk
Nuts code: UKK1
Internet address(es):
Main address:
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 above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Procurement of Hand Tools for Essential Military Needs.
Reference number: OIP/0040
II.1.2) Main CPV code: 44511000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Operational Infrastructure Programme (OIP) Team (the Department) within Defence Equipment and Support (DE&S), has identified a requirement to procure a variety of Hand Tools in support of meeting essential Military needs. The reference for this procurement is OIP/0040.
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKK1
Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.
II.2.4) Description of the procurement:
The Operational Infrastructure Programme (OIP) Team (the Department) within Defence Equipment and Support (DE&S), has identified a requirement to procure a variety of Hand Tools in support of meeting essential Military needs. The reference for this procurement is OIP/0040.
The finalised procurement documents (Invitation To Tender (ITT)) have been uploaded, and can be located within the supporting documents of the Dynamic Pre-Qualification Questionnaire (DPQQ).
Supplier’s who are interested in bidding for this requirement must submit a valid DPQQ within 30 days of the advert’s release.
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: 8000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in days: 150
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 6
Objective criteria for choosing the limited number of candidates: 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 www.contracts.mod.uk. 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 or password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to the Response Manager and add the following access code:
4T89554V47
Suppliers must provide a response to all DPQQ questions, failure to do so will result in being considered unsuccessful at DPQQ stage.
The Department will down select to a maximum of 6 suppliers, who will be notified in writing that they are eligible to continue in the Tendering process and thereby submit a tender response in accordance with the uploaded procurement documents (ITT).
Supplier’s who were not successful at DPQQ will also be notified in writing at the same time.
The Additional PQQ modules of the DPQQ (Section 7) will be evaluated as follows:
Question 7.1.1 — A score of 0,1,3 or 5 will be given in accordance with the evaluation criteria therein. A score of 0 or 1 provided by the evaluator(s) will result in your company being considered unsuccessful at the DPQQ stage.
Question 7.2.1 — A response of Yes will result in your company being considered unsuccessful at the DPQQ stage. A response of No will result in your company receiving a pass mark for that question.
Question 7.2.2 — A response of No will result in your company being considered unsuccessful at the DPQQ stage. A response of Yes will result in your company receiving a pass mark for that question.
Question 7.3.1 — A response of No will result in your company being considered unsuccessful at the DPQQ stage. A response of Yes will result in your company receiving a pass mark for that question.
Question 7.3.2 — A response of Yes will result in your company being considered unsuccessful at the DPQQ stage. A response of No will result in your company receiving a pass mark for that question.
Question 7.3.3 — A response of No will result in your company being considered unsuccessful at the DPQQ stage. A response of Yes will result in your company receiving a pass mark for that question.
Question 7.4.1 — Failure to provide evidence as required of question 7.4.1, will result in your company being considered unsuccessful at the DPQQ stage. Evidence provided as required of question 7.4.1 will result in your company receiving a pass mark for that question.
Question 7.4.2 — A score of 0,1,3 or 5 will be given in accordance with the evaluation criteria therein. A score of 0 or 1 provided by the evaluator(s) will result in your company being considered unsuccessful at the DPQQ stage.
Suppliers who have successfully received a pass mark for all questions above, will be ranked in accordance with their achieved combined score for questions 7.1.1 and 7.4.2. The top ranking 6 suppliers will be considered eligible to continue in the tendering process and thereby submit a tender response in accordance with the uploaded procurement documents (ITT). In the event more than 1 supplier has a tied score at 6th place, then all suppliers matching that score shall be taken as eligible to continue in the tendering process.
Please ensure you follow any instruction provided to you.
The deadline for submitting your response is 8.11.2016 at 12:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date adn time, especially is 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.
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.14) Additional information: All correspondence associated with this procurement must go through:
Mrs Jen Smith (Commercial Manager).
DE&S, Operational Infrastructure Programme,
Spruce 3a #1309,
MOD Abbey Wood,
Bristol,
BS34 8JH
Email: DESLEOSP-OIP-Comrcl-1b@mod.uk.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions: 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 (SAL), the Authority reserves the right to amend the terms of the SAL 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.
Electronic Trading:
Tenderers must note the mandatory requirement for electronic reading using the MOD’s standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service (DECS), which shall be a special condition for the performance of this Contract. You can find details on the P2P system at www.d2btrade.com. The Contractor shall be required to sign DEFFORM 30 (Electronic Transactions Agreements) and unconditionally accept DEFCON5J (Unique Identifiers), DEFCON129J (The Use of Electronic Business Delivery Form) and DEFCON 522J (Payment under P2P).
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-11-08 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2016-11-18
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
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. 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 April 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.
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 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: 4T89554V47.
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.
GO Reference: GO-2016107-DCB-8914451.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, Land Equipment, Operational Infrastructure Programme (OIP)
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
VI.5) Date of dispatch of this notice:2016-10-07