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

The Supply of Forage for MOD military working horses.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

ARTD IPT, C&C;
Headquarters Army Recruiting and Training Division, Room 6, Building 370, Trenchard Lines, Upavon
Contact point(s): ARTD IPT Commercial SO2
For the attention of: Jackie Vickery
SN9 6BE Pewsey
UNITED KINGDOM
Telephone: +44 1980615148
E-mail:
Fax: +44 1980615305

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:
The Supply of Forage for MOD military working horses.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKI

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)
Forage. 1. The Authority has a requirement for the supply of Equine Processed Bedding (Lot 1), Straw, Hay, Roughage and Produce (Lot 2), Equine Feed and Supplements (Lot 3) for the period 1 March 2014 for 3 years with an option to further extend for one year, for Military Working Horses in the following locations:
a. Household Cavalry Mounted Regiment, Hyde Park Barracks, Knightsbridge, London SW1E 6HQ.
b. Household Cavalry Mounted Regiment Training Wing, Combermere Barracks, St Leonards Road, Windsor, Surrey, SL4 3DN.
c. King's Troop RHA, King George VI Lines, Repository Road, Woolwich, London, SE18 4BB.
d. Royal Military Academy Sandhurst, Camberley, Surrey, GU15 4PQ.
e. Defence Animal Centre, Welby Lane, Melton Mowbray, Leicestershire LE13 0SL.
f. Temporary locations covering the UK for regimental training camps, performances at shows and any other equine commitment.
2. The Authority is seeking to select a Contractor or Contractors to deliver one or all of the Lots. Ideally the Authority would like to appoint one Contractor to provide all 3 Lots; however, due to the specialist nature of the requirement there might be a need to separate the requirement into individual Lots, with tenderers able to bid for one or more lots.
3. Contractors must be able to deliver goods within 48 hours of an order being received to the required location. For guidance only, Contractors might be required to make up to 3 deliveries per week during normal working hours ie. 0800 - 1600 hours during weekdays. This may rise during periods of increased tempo of operations. Deliveries may also be requested over a week-end to meet ceremonial, regimental show or operational commitments.
4. The Contractor shall be responsible for providing the necessary Manual Handling Equipment (minimum requirement Hyster 250 Fork Lift 2.220 kg rating or equivalent) to unload vehicles at the point of delivery. Deliveries will be required in quantities that can be easily moved from the point of unloading and must be delivered on standard pallets (40 x 48 inches (or 1200 x 1000mm), ISO 6780 and EN 13382 or equivalent). The requirements of the Contract must fully comply with all UK Health and Safety regulations and the safe systems at work regime, or equivalent.
5. All packaging shall be clearly marked with the name of the product, must be rodent proof and be able to be disposed of along with other standard packaging material(s). Products and bales must not be heavier than 25 kg. Some commodities (bagged grass) require to be double wrapped to suit outside storage.
6. The Contractor will be expected to attend regular Contract Monitoring Meetings (usually quarterly or bi-annually). Additionally the Contractor may be required to provide product information in leaflet/poster form for information display.

7. Expressions of interest should be e-mailed to or mailed to Jackie Vickery at the address listed.

II.1.6)Common procurement vocabulary (CPV)

03114200

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: yes
Tenders may be submitted for one or more lots
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:
The Contractor(s) will be required to make available a range of equine bedding and/or feed and/or supplements to meet the needs of military working horses to the scope and quantities which will be fully articulated in the Invitation to Tender documentation.
Estimated value excluding VAT: 3 500 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The Authority is seeking to select a Contractor or Contractors to deliver one or all of the Lots. Ideally the Authority would like to appoint one Contractor to provide all 3 Lots; however, due to the specialist nature of the requirement there may be the need to separate the requirement into individual Lots, with tenderers able to bid for one or more lots.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: The supply of Equine Bedding
1)Short description
The supply of equine bedding on which horses can be kept and which is dust free, hypoallergenic, hygenic, low odour, absorbant, not appetising to the horse, comfortable, strength and integrity to remain in place when a horse moves, non-wicking, suitable for use in open backed stall, suitable for use with horses with a heavy feather, suitable for all temperatures and weather and free from foreign objects.
2)Common procurement vocabulary (CPV)

03114200

3)Quantity or scope
Full details to be articulated in the Invitation to Tender.
Estimated value excluding VAT: 900 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: The supply of straw, hay, roughage and produce.
1)Short description
Straw is required as a horse bedding medium. Hay is required to be placed in nets for feeding horses. Roughage forms part of the horses nutritional intake. Produce encompasses succulent feeds which in this instance is carrots and apples.
2)Common procurement vocabulary (CPV)

03114000

3)Quantity or scope
Full details to be articulated in the Invitation to Tender.
Estimated value excluding VAT: 2 240 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: The supply of feed and supplements.
1)Short description
The feed is a diet package, supported by impartial professional equine nutritionalist advice, that will complement and supplement the roughage in each horse's diet in order to make their daily intake nutritionally complete so that health and condition is optimized whilst performing their role as MWHs. Supplements are required to support the main feed and roughage diet of the horse.
2)Common procurement vocabulary (CPV)

03114200

3)Quantity or scope
The full scope will be articulated in the Invitation to Tender.
Estimated value excluding VAT: 360 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 36 (from the award of the contract)
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
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:
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
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 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.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(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.
(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.
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years.
(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.
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

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 6: and maximum number 8
Objective criteria for choosing the limited number of candidates: The Authority aims to invite no more than 8 Operators to tender.The objective criteria for choosing this number of operators will be Technical & Professional Capability, Economic and Financial Standing. All parties interested in this requirement may be required to respond to a short Pre-Qualification Questionnaire (PQQ) carried out in accordance with the provisions of Regulations 23 to 26 inclusive of the Public Contracts Regulations 2006 as amended 2007 and 2009, providing further evidence of their credentials and experience in meeting the Authority's requirement. If considered necessary, a PQQ will be issued after the closing date for receipt of expressions of interest.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). For avoidance of doubt, the contracting authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
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, will be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction application will be given in the Invitation to Tender.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
ARTDIPT/077
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: 31.8.2013 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
26.11.2013 - 10:00
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
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.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-2013731-DCB-4998733

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

ARTD IPT, C&C;
Headquarters Army Recruiting and Training Division, Building 370, Trenchard Lines,, Upavon
SN9 6BE Pewsey
UNITED KINGDOM
E-mail:
Telephone: +44 1980615148
Fax: +44 1980615305

Body responsible for mediation procedures

ARTD IPT, C&C;
Headquarters Army Recruiting and Training Division, Building 370, Trenchard Lines, Upavon
SN9 6BE Pewsey
UNITED KINGDOM
E-mail:
Telephone: +44 1980615148
Fax: +44 1980615305

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

ARTD IPT, C&C;
Headquarters Army Recruiting and Training Division, Building 370, Trenchard Lines, Upavon
SN9 6BE Pewsey
UNITED KINGDOM
E-mail:
Telephone: +44 1980615148
Fax: +44 1980615305

VI.5)Date of dispatch of this notice:
31.7.2013