By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Provision of preparatory work for the transfer of Judicial Committee of the Privy Council paper records from the Ministry of Justice to the National Archives.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

MoJ Procurement
Ministry of Justice, Room 032, Manchester Crown Court, Crown Square, Manchester
For the attention of: Julia Leonard
M3 3FL Manchester
UNITED KINGDOM
Telephone: +44 1619541723
E-mail:
Fax: +44 1619548915

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
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of preparatory work for the transfer of Judicial Committee of the Privy Council paper records from the Ministry of Justice to the National Archives.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Suppliers own premesis.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Provision of preparatory work for the transfer of Judicial Committee of the Privy Council paper records from the Ministry of Justice to the National Archives. The contract will be awarded for a term of 6 months.
II.1.6)Common procurement vocabulary (CPV)

79995100, 79996100

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 100 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 6 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Participants will ve advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by the Contracting Authority if considered appropriate.
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:
No special legal form is required but if a contract is awarded to a consortium, the contracting authority may require the consortium to form a legal entity before entering into the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Participants will be assessed in accordance with Part 4 of the public Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/18/EC), on the basis of the informaiton provided in response to a RFP. The RFP can be accessed by using the instructions detailed in VI.3 Additional information.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if the requirements are met: Participants will be assessed in accordance with Part 4 of the public Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/18/EC), on the basis of the informaiton provided in response to a RFP. The RFP can be accessed by using the instructions detailed in VI.3 Additional information.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
3185-2-Office Solutions-N-RFP.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 19.7.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
26.7.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 26.7.2013 - 12:00

Place:

Electronically, via web based portal.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
1. Registration:
The Ministry of Justice will be performing events through its eSourcing Portal. The eSourcing Portal is an online application that allows all potential suppliers to create and submit their responses to any Requests for Information, Requests for Quotes, or Requests for Proposals via the internet rather than in paper form (where they have been invited to respond). The eSourcing Portal will also be used by the Ministry of Justice to run Reverse Auctions.

To express an interest in this event please send an email to: stating:

Company Name
Your Name
Contact email
Sourcing Reference Number: eg. 3185-2- Office Solutions-N-RFP
The buyer will then contact you with the registration process if you are not already registered on the Ministry of Justice eSourcing portal.
2. Transparency:

HM Government requires that tender documentation issued by government departments for contracts with a value exceeding GBP 10,000 over the life of the contract are published online (http:// www.contractsfinder.businesslink.gov.uk) for the general public. The resulting contract shall also be published.

The Ministry of Justice may use its discretion to redact information to protect key commercial interests or on prescribed grounds. Therefore, bidders who wish information not to be published if successful should secure agreement with the Ministry of Justice prior to submission. Only documentation relating to awarded contracts will be published.

Key commercial interests would be trade secrets and commercial interests which would be prejudiced by publication, following the tests in section 43 of the Freedom of Information Act 2000. http://www.justice.gov.uk/guidance/docs/foi-exemption-s43.pdf

The prescribed grounds for redaction are:
(a) national security;
(b) personal data;
(c) information protected by intellectual property law;
(d) information which it is not in the public interest to disclose (following the tests under the Freedom of Information Act 2000);
(e) third party confidential information;
(f) IT security; or
(g) prevention of fraud.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.6.2013