Enabling Contract for the supply of Medical Pharmaceutical products, provision of dispensing facility and Home Care service.
Contract notice
Supplies
Section I: Contracting authority
Medical & General Supplies Team, DE&S;
NH4, ELM2B, MoD Abbey Wood
For the attention of: Richard Rambridge
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067983544
E-mail:
Fax: +44 1179138907
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)
Section II: Object of the contract
Purchase
NUTS code UK
Duration of the framework agreement
Duration in years: 4Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:Range: between 40 000 000 and 79 546 000 GBP
Expressions of interest are to be submitted with the following evidence:
1) Copies of their most recent audited annual accounts.
2) Please provide a statement that they are willing or able to trade electronically using the Defence Electronics Commerce Service (DECS) Purchase to Payment (P2P) business process.
3) Please provide a statement that all medical products are sourced from companies holding appropriate Quality Standards (i.e. they are to be registerred as part of the DH Manufacturing Registration Scheme (MRS), or carry the appropriate CE marks, or hold EN2900 1/2, EN6400 1/2, BS EN1 ISO 9002:2000 or equivalent.
Note: The Authority may use this information to down select a Tender panel for the requirement, therefore suppliers may not be considered where they do not provide the information requested above when expressing interest in the requirement.
Qualifications: Should there be sufficient economic operators expressing an interest in this requirement, the Authority reserves the right to issue a Pre-Qualification Questionnaire (PQQ). If a PQQ is used the PQQ criteria can be found at IV.1.2.
33600000, 33680000, 33610000, 33620000, 33630000, 33641000, 33642000, 33650000, 33661000, 33670000, 33692000, 33693000, 33694000, 33695000, 33696000, 33697000, 33698000, 33126000, 33141000, 33157000, 33159000, 33711510
Estimated value excluding VAT:
Range: between 40 000 000 and 79 546 000 GBP
Section III: Legal, economic, financial and technical information
Suppliers, when expressing an interest, are to confirm that they are willing and able to trade electronically using the Defence Electronic Commerce Service (DECS) Purchase to Payment (P2P) business process. Further information is available from: www.d2btrade.com
Description of particular conditions: Please note that the requirement to which this notice relates comes under Logistic Commodities and Services (LCS), formed 1.8.2011. 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. In this event the Authority may satisfy its requirement from the LCS service contract and no further orders will be placed against any framework arising from this notice. Alternatively, the Authority may appoint a Managing Agent to operate the framework/contract arising from this notice; novate the Agreement to a Managing Agent or third party; or assign the benefit of the Agreement to a Managing Agent. Further details will be provided in the tender documentation.
The contract shall be subject to MoD standard Terms and Conditions.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
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. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
(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.
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Minimum level(s) of standards possibly required: An assessment will be undertaken by CAAS on your financial status. An overall pass/fail assessment will be made after considering areas such as turnover, profit, net assets, liquidity, debt v equity and capacity. Financial Risk Management companies, such as Company Watch and associated credit scoring, will be utilised as part of this process.
A low turnover compared to annual contract value will not automatically exclude the Potential Provider from being selected to tender. If the annual contract value is greater than 40% of the Potential Provider's annual turnover, the Potential Provider should:
1) Provide any additional information showing it has sufficient economic and financial resources to deliver the requirement; and
2) State whether the Potential Provider is willing to provide the Authority with a bank guarantee or parent company guarantee or other guarantees of performance.
(b) A list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator.
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
To be provided in the Pre-Qualification Questionnaire (PQQ).
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Interested suppliers may be invited to apply for a Pre-Qualification Questionnaire (PQQ) by the Authority following their expression of interest in response to this Contract Notice. Potential suppliers would be required to send the Authority a completed PQQ providing information that allows the Authority to evaluate the supplier's capacities and capabilities against the selection criteria set out in 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 list of suppliers who are eligible to participate under Section III.2.1) of this Contract Notice; and who fulfill any minimum capacity levels under 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 PQQ.
Applicants responses to the PQQ for the following criteria will be marked Pass/Fail:
Organisation and Contact details, grounds for mandatory rejection, grounds for discretionary rejection, economic and financial standing, Quality certification.
Applicants responses to the PQQ for the following criteria will be scored:
Capability, Supply Chain Management, Performance Management.
Additional information about electronic auction: Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.
Section VI: Complementary information
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.
Advertising Regime OJEU: This contract opportunity is published in the Official Journa.l of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-201375-DCB-4933773
Medical & General Supplies Team, DE&S;
NH4, Elm 2B, #4226, MoD Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
Body responsible for mediation procedures
Medical & General Supplies Team
Elm 2B, #4226, MoD Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
Medical & General Supplies Team, DE&S;