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

Provision of managed laundry service and supply of PPE workwear to DSG.

Contract notice

Supplies

Section I: Contracting authority

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

Defence Support Group (DSG)
Building 2J Imber Avenue
For the attention of: Mrs C Meakin
BA12 0BS Warminster
UNITED KINGDOM
Telephone: +44 1985223293
E-mail:
Fax: +44 1985223302

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:
Provision of managed laundry service and supply of PPE workwear to DSG.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
A combination of these
NUTS code
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)
Laundry management services. Special workwear. Provision to defence support group (DSG) of a managed laundry service including minor repairs and supply of DSG bespoke PPE workwear including but not limited to coveralls, dustcoats, trousers and jackets, anti static workwear, safety footwear, and waterproof workwear across the United Kingdom and Northern Ireland. It is over a potential 3 year period. Interested contractors must apply to the contracting authority to participate in the tender by requesting a pre-qualification questionnaire (PQQ) for assessment. Closing date for requesting a PQQ is 5.12.2011. Return of completed PQQs by 9th December to enable sift by 16th December. Invitations to tender will be issued to selected contractors following the assessment of the completed PQQS. ITTs will be assessed to establish the most economically advantageous / best value solution that fully meets the DSG requirement.
II.1.6)Common procurement vocabulary (CPV)

98311100, 18130000

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
DSG currently has 29 sites that may require regular a laundry and repair service. The staff numbers range from approximately 6 to several hundred per site according to location. The industrial staff and some non industrial are required to wear PPE workwear that is bespoke to DSG specifications.
Staff numbers are split as non- industrial 900 approximately and industrial 1 800 approximately.
The supply of PPE workwear will be in accordance with DSG specifications and ordered on an ad hoc basis. However contractors will be expected to ensure tight turn around times to meet unexpected up turn in staff numbers.
Contractors may also need to ensure that a transition plan is provided to ensure that DSG has the appropriate cover for its laundry requirement during the contractor's change over.

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

Estimated value excluding VAT:
Range: between 100 000 and 300 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 2.4.2012. Completion 1.4.2015

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
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 10.6.1991 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;
(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.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(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;
(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 recognized 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
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 5
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: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DSG/P/CS00046
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2011/S 176-288721 of 14.9.2011

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
5.12.2011 - 09:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
16.12.2011
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 United Kingdom 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 two adverts must be exactly the same. Tracker Reference: TKR-2011112-DCB-2734934 GO Reference: GO-2011112-DCB-2734935.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Defence Support Group (DSG)
Corporate Services Procurement, Building 2J Imber Avenue, Wiltshire
BA12 0BS Warminster
UNITED KINGDOM
E-mail:
Telephone: +44 1985223293
Fax: +44 1985223302

Body responsible for mediation procedures

Defence Support Group (DSG)

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

Defence Support Group (DSG), null

VI.5)Date of dispatch of this notice:
2.11.2011