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

Supply of Heaters and Spares.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Medical and General Supplies (M&GS;), DE&S;
Logistic Commodities and Services, Elm 2B #4226, MOD Abbey Wood
For the attention of: Hannah Drysdale
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067982493
E-mail:

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
Defence
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:
Supply of Heaters and Spares.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 700 000 and 1 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Non-electric air heaters or hot air-distributors. Air heaters. The Authority has a 4 year requirement for the supply and delivery of Kerosene heaters and spares, to provide tri-service support to UK and overseas operational units. Delivery will be required to UK Army, RAF and Navy Stores, as well as directly to UK units. The Kerosene heater will need to be portable; have a capacity of 2.5-3KW; meet Paraffin class C1 to BS 2689 (Military designation Kero A) UN no. 1223 standard; have a facility for the fuel tank to be removable and include a safety and air quality control system.
II.1.6)Common procurement vocabulary (CPV)

39721300, 39721310

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:
No guarantee can be given for the number of heaters and spare parts likely to be ordered, although an annual estimated quantity will be provided in the Invitation to Tender.
Estimated value excluding VAT:
Range: between 700 000 and 1 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (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:
Before accepting a tender the Authority may require that a bank guarantee or parent company guarantee or other guarantees of performance be provided.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment on delivery in Pounds Sterling.

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

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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please note that the requirement to which this notice relates comes under Logistic Commodities and Services (LCS), formed on 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.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

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.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance.
(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 3 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 provider the authority with a bank guarantee or parent company guarantee or other guarantees of performance.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(b) A list of the principal deliveries effected or the main services provided in the past 3 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;
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(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-Qualifaction Questionnaire.
Minimum level(s) of standards possibly required:
BS EN ISO 9001:2008 Quality certification by a UKAS (or equivalent) accredited body with the correct scope to undertake the required contract activities. Applicants who do not supply evidence of certification will not be invited to tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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 invited to apply for a Pre-Qualification Questionnaire (PQQ) by contacting the Authority following with their expression of interest in response to this Contract Notice. PQQs will be issued after the advert has closed. Potential suppliers are required to send the Authority a completed PQQ providing information that allows the Authority to evaluate the supplier's capacity and capability 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 fulfil 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.
Applicant's 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.
Applicant's reponses to the PQQ for the following criteria will be scored:
Capacity and Capability; Supply Chain Management; Innovation; Sustainability; Risk and Performance Management.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
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.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
MEDGS/00225
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
15.8.2013 - 23:59
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
IV.3.8)Conditions for opening of tenders

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

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, and the contract will be awarded on the basis of the most economically advantageous tender. 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.
The MOD as a major UK Government Department is required and determined to fully pursue the principles and practices of Sustainable Procurement. As well as meeting its' social obligations, MOD is particualrly concerned with demonstrating greater fuel efficiency (reduced fuel consumption) and improvements in its use of scarce natural resources, to minimise any consequential environmental impacts. Any Potential Providers to MOD will be expected to be equally committed to this agenda and to make positive contributions to the above aims and objectives.

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

GO Reference: GO-2013716-DCB-4959137
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Medical and General Supplies (M&GS;), DE&S;
Elm 2B #4226, Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail:
Telephone: +44 3067982493

Body responsible for mediation procedures

Medical and General Supplies (M&GS;), DE&S;
Elm 2B # 4226, Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail:
Telephone: +44 3067982493

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Medical and General Supplies (M&GS;), DE&S;
Elm 2B #4226, Abbey Wood
BS34 8JH Bristol
E-mail:
Telephone: +44 3067982493

VI.5)Date of dispatch of this notice:
16.7.2013