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

Ministry of Defence (MOD) food supply.

Contract notice

Supplies

Section I: Contracting authority

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

Defence Food Services (DFS), DE&S;
Spur 12, Beckford Block, Granville Road, Ensleigh
Contact point(s): NGFP Senior Commercial Manager
For the attention of: Julian Smith
BA1 5AB Bath
UNITED KINGDOM
Telephone: +44 3067983558
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: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Ministry of Defence (MOD) food supply.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main place of delivery: United Kingdom.

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)

Food, beverages, tobacco and related products. Animal products, meat and meat products. Prepared and preserved fish. Fruit, vegetables and related products. Animal or vegetable oils and fats. Dairy products. Grain mill products, starches and starch products. Animal feedstuffs. Miscellaneous food products. Beverages, tobacco and related products. Disposable catering supplies. Disposable cutlery and plates. Disposable cups. Drinking water. Description of requirement: to provide a world wide food supply solution that meets the needs of British Armed Forces and entitled personnel serving where contracted food service is not provided. The requirement excludes current operations in Afghanistan. The requirement includes the sourcing and distribution of food, dog food, in-flight meals, bottled water and other beverages and catering consumables to UK and overseas locations. All food sourcing to be compliant with UK Government Buying Standards for food and catering services. The Authority invites expressions of interest (EofI) in its requirement from companies or alliances that can demonstrate experience of supply or sourcing of food and associated logistics. EofI are to be submitted by email only to This procurement will take place under the Competitive Dialogue procedure. Companies or alliances submitting an EofI in this requirement are advised that the Authority intends to conduct a concise and focussed dialogue to ensure that the resources consumed during this element of the procurement are minimised as far as is possible. It should also be noted that the Authority considers that it may need to down select to a reduced number of participants at the end of phase 1 of dialogue. Full details of the process leading to any down selection in this phase of the procurement will be included in the Invitation to Participate in Dialogue (ITPD). Please note that the requirement to which this notice relates comes under Logistic Commodities and Services (LCS), formed on 1 Aug 11. 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 novate any contract arising from this Notice to the LCS service provider. Pre Qualification Exercise: A Pre-Qualification Questionnaire (PQQ) will be issued both electronically and in hard copy to those companies or alliances for which an EofI has been received by 28.11.2011, (23:59) hrs. It is planned to issue the PQQ shortly after the 28.11.2011. It must be completed and returned to LCS in both electronic and hard copy format by the date indicated. The electronic copy should be provided in Microsoft Word 2003 on a CD. Only those companies or alliances that can demonstrate a sufficient level of competence against the Authority's Pre-Qualification criteria will be invited to participate in the competition; it is envisaged that no less than 6 and no more than 8 companies or alliances that meet the minimum qualifying standard will be invited to participate in dialogue. Those companies or alliances that fail on any of the pass/fail criteria stated in the PQQ will not be scored and therefore will not progress to the down-selection phase. The pass/fail subjects in the PQQ will be: grounds for mandatory rejection: conviction for offences relating to conspiracy, corruption, bribery, fraud, money laundering or any offence within the meaning of Article 45/1 of Directive 2004/18/EC or for any other reason as contained within paragraph III.2.1 of this notice will fail this element of the PQQ. Grounds for discretionary rejection: The Authority will ask a series of questions relating to; Bankruptcy, insolvency administration, convictions of a criminal offence, professional misconduct, failure to pay social security and or taxes, misrepresentation under regulation 23 of Public Contract Regulations 2006 or on any other subjects contained within paragraph III.2.1 of this notice. Failure to provide an acceptable response to any of the questions posed by the Authority will constitute a failure of this element of the PQQ. Economic and financial standing: the applicant’s (individual companies or members of potential alliances) financial ability to meet this requirement will be assessed on a risk basis and the applicant’s financial accounts will be evaluated by the Cost Assurance and Analysis Service’s (CAAS) financial analysts. Factors that will be taken into consideration when evaluating the accounts include: Turnover; Profitability; Liquidity and working capital; Debt; Cashflow. The MOD will also examine the financial health of any holding company or subsidiary of the applicant where it is part of a Group. When assessing the financial health of an organisation the Authority will also take into consideration any Auditor’s opinion, for example Qualifications or Emphasis of Matter Statements. The Authority’s opinion may be validated using financial credit agencies such as Company Watch and Dunn and Bradstreet. If examination of the financial accounts exposes potential for an applicant to experience financial difficulty, then the Authority will determine the level of risk that it is willing to bear in fulfilling the requirement. Evaluation of the accounts will attract an acceptable or non-acceptable risk marking. A non-acceptable risk marking will constitute a fail of this element of the PQQ. Quality accreditation: Companies or alliances must fulfil the quality accreditation requirements specified in the PQQ. In the event that they do not meet these requirements then this will constitute a fail of this element of the PQQ. Transfer of undertakings (protection of employment) (TUPE) The Authority believes that "contractor to contractor” TUPE may apply to this requirement and that this may include the transfer of ex MOD staff transferred as a result of an earlier contract. Within the PQQ, the Authority will seek an undertaking from companies or alliances that have submitted an EofI that they are prepared to fulfil certain obligations in this respect. Down selection criteria: the following topics will be used as down selection criteria and scored in accordance with the evaluation methodology included in the PQQ to determine the companies or alliances to be invited to participate in dialogue (please note the following criteria are not listed in any order of priority or weighting): Collaborative working, Supply Chain Management, food supply, capability, sustainability and social accountability, performance management, innovation. Announcements herein may also be published in the MOD Defence Contracts Bulletin, the Official Journal of the European Union (OJEU) or the European Defence Agency's Electronic Bulletin Board and may appear in other publications as appropriate. The Authority is planning to hold an Industry day 2nd December 2011 at DE&S; Abbeywood, Filton Bristol, to provide an opportunity for interested parties to become more familiar with the service requirement. For further details please contact Major Daniel Hopes RLC, by email .

II.1.6)Common procurement vocabulary (CPV)

15000000, 15100000, 15200000, 15300000, 15400000, 15500000, 15600000, 15700000, 15800000, 15900000, 39222100, 39222110, 39222120, 41110000

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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope
Sourcing and delivery of: a range of mandated items & optional items within the CPV codes detailed above. The estimated core contract value of 570m GBP for the duration of the contract as stated below excludes any increases which may arise as a result of new operational activity; the value of which could be up to GBP 1.2bn over the life of the contract.

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

Estimated value excluding VAT: 570 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.4.2013. Completion 30.9.2023

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required
Parent Company Guarantee or bankers guarantee may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Tenders to be priced in pounds sterling payment will be made in pounds sterling or any other currency to be adopted by the UK.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
The group will be required to nominate a lead partner with whom the authority can lawfully contract or form themselves into a single legal entity before the contract is awarded.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The MOD is progressively moving towards electronic purchasing using the purchase to payment (P2P) system operated over the Defence Electronic Commerce Service (DECS). Any resultant contract may also require the supplier to trade via the P2P system The performance of the contract will be subject to monitoring and management and a continuous improvement regime through an agreed process.
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: (a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgement which has he force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by ay means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
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;
The applicant’s (individual companies or members of potential alliances) financial ability to meet this requirement will be assessed on a risk basis and the applicant’s financial accounts will be evaluated by the Cost Assurance and Analysis Service’s (CAAS) Financial Analysts. Factors that will be taken into consideration when evaluating the accounts include: Turnover; Profitability; Liquidity and Working Capital; Debt; Cashflow. The MOD will also examine the financial health of any holding company or subsidiary of the applicant where it is part of a Group. When assessing the financial health of an organisation the Authority will also take into consideration any Auditor’s opinion, for example Qualifications or Emphasis of Matter Statements. The Authority’s opinion may be validated using financial credit agencies such as Company Watch and Dunn and Bradstreet. If examination of the financial accounts exposes potential for an applicant to experience financial difficulty, then the Authority will determine the level of risk that it is willing to bear in fulfilling the requirement. Evaluation of the accounts will attract an acceptable or non-acceptable risk marking. A non-acceptable risk marking will constitute a fail of this element of the PQQ.
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 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;
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 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.
(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.
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
competitive dialogue
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: Pass/fail criteria: as detailed in the description contained in Section 2, paragraph II.1.5.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
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: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DFFS/4411
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.11.2011 - 23:59
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
31.1.2012
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 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

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:- These contract opportunities are published in the Official Journal of the European Union (OJEU) and the MoD Defence Contracts Bulletin. The award of any subsequent contract arising from such requirements is subject to the Public Contract Regulations 2006. Where advertising is necessary in the OJEU and the DCB, the content of the 2 adverts must be exactly the same.

Please note that DFS Project Team is now Defence Fuels & Food Services (DF&FS;) project team.
Please also note that DF&FS; will be locating to DE&S; Abbeywood, Elm 2C, MP 4233, Filton, Bristol, BS34 8JH on the 14.11.2011, contact numbers will remain extant.
Tracker reference: TKR-20111021-DCB-2714812 GO reference: GO-20111021-DCB-2714813.
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:
21.10.2011