DSG (the Authority) are seeking Expressions of Interest from Industry for the Design, Packaging and Preservation Services for Serviceable/Repairable:- Major assemblies, Sub assemblies and Components.
Contract notice
Services
Section I: Contracting authority
Defence Support Group (DSG), DSG Support Group
Flagstaff Road, Colchester, Essex
For the attention of: Bob Hulbert
CO2 7SR Colchester
UNITED KINGDOM
Telephone: +44 1206816950
E-mail:
Fax: +44 1206816935
Internet address(es):
General address of the contracting authority: http://www.dsg.mod.uk
Further information can be obtained from: Defence Support Group (DSG), DSG Support Group
Building 2J, Imber Avenue, Wilts
Contact point(s): Head of DSG BS2 Sub-Contract Procurement
For the attention of: T. Gillespie MCIPS
BA12 0BS Warminster
UNITED KINGDOM
Telephone: +44 1985223531
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Defence Support Group (DSG)
Building 2J
Imber Avenue, Wilts
For the attention of: Tom Gillespie MCIPS
BA12 0BS Warminster
UNITED KINGDOM
Telephone: +44 1985223531
E-mail:
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 27: Other services
NUTS code UK
Duration of the framework agreement
Duration in months: 48Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 000 000 GBPDSG are seeking expressions of interest from industry to:
- Provide Engineering support services for the Design, Manufacture, Pack, Preservation and labeling in conformance with the definitions of the Military Packager Approval Scheme (MPAS).
- Supply of designed and manufactured packaging solutions to DSG sites.
Items to be packaged in accordance with:
- DEFCON 129 (Packaging for Articles other than Munitions)
- DEF STAN 81-41 (Packaging of Defence Materiel) parts 1 to 6
QA Standards:
- The Contractor shall hold and maintain a certification to BS EN ISO 9001:2008 or equivalent internationally recognised standard.
- Be registered on the Military Packager Approval Scheme (MPAS) part 3 to undertake Design, Manufacturing.
The announcement of a possible future requirement is not to be construed as confirmation that a tender/contract will subsequently be issued. The issue of a possible future requirement, or the issue of an Invitation to Tender, is not to be construed as a commitment by the Authority to place an order as a result of the tendering stage or at a later stage. Any expenditure, work or effort prior to any contract award is accordingly a matter solely for the commercial judgment of the potential supplier.
Expressions of Interest should not exceed 2 A4 pages. Late expressions will not be considered. Expressions of Interest can be e-mailed to and will be acknowledged.
79920000 - JA04 - IA01
Design, Manufacture Packaging, Pack, Preservation and Labeling in conformance with the definitions of the Military Packager Approval Scheme (MPAS) applicable to items contractually required to be packaged in accordance with DEFCON 129 (Packaging for Articles other than Munitions) & DEF STAN 81 41 (Packaging of Defence Materiel) parts 1 to 6. Pack to a valid SPIS, a current design that has been produced under MPAS and is recorded on SPIN.
Estimated value excluding VAT: 1 000 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: Supplier must hold and maintain an ISO 9001:2008 and MAPS Part 3 Registration/Certification throughout the contract period.
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.
(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.
(a) A list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct.
(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
(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.
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate.
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work.
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract.
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(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.
Will be as specified in the questions and weighting within Pre-Qualifying Questionnaire, if required or Invitation to Tender as appropriate
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Will be as specified in the questions and weighting within Pre-Qualifying Questionnaire, if required or Invitation to Tender as appropriate.
Section VI: Complementary 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.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-2013723-DCB-4977715.
Defence Support Group (DSG), DSG Support Group
Flagstaff Road
CO2 7SR Colchester
UNITED KINGDOM
E-mail:
Telephone: +44 1206816950
Fax: +44 1206816935