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

Provision of a Seamstress Service for HMNB Clyde.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

HM Naval Base Clyde, DE&S;
Room 316, Lomond Building, HMNB Clyde, Faslane, Helensburgh, Argyll and Bute
Contact point(s): MOD Commercial
For the attention of: Susan McGowan
G84 8HL Helensburgh
UNITED KINGDOM
Telephone: +44 1436674321
E-mail:
Fax: +44 1436655639

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
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
Provision of a Seamstress Service for HMNB Clyde.
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 UKM31

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Tailoring services. Provision of a Seamstress Service for HMNB Clyde.
II.1.5)Common procurement vocabulary (CPV)

98393000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 150 000 GBP

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Confirm certificated to ISO 9001:2008 or than an alternative quality management system is operated. Weighting 5
2. Demonstrate understanding of BR 3 Pt 6 (RN Uniform Regulations). Weighting 5
3. Provide copies of relevant insurance policies. Weighting 5
4. Proven record of experience and expertise in their respective areas of specialism. Weighting 5
5. In date security clearance for the employees that will be undertaking the activities on site must be provided where available. Confirm that where no security clearance is currently held this will be applied for following contract award.. Weighting 5
6. Fully resourced for required start date.. Weighting 5
7. Compliant with MoD commercial terms and conditions. Weighting 5
8. Confirm ability to trade via P2P (or willingness to register). Weighting 5
9. Confirm understanding of responsibility to take account of TUPE regulations. Weighting 5
10. Provide value for money. Weighting 5
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
NBCC/00015
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2013/S 40-064280 of 26.2.2013

Section V: Award of contract

Contract No: NBCC/00015
V.1)Date of contract award decision:
18.12.2013
V.2)Information about offers
Number of offers received: 3
Number of offers received by electronic means: 0
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

KASHKET & PARTNERS LTD
Firmin House, 82-86 New Town Row
B6 4HU Birmingham
UNITED KINGDOM
Telephone: +44 1213800800

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 150 000 GBP
Excluding VAT
If annual or monthly value:
Number of months: 36
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)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.

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-20131219-DCB-5346213.

VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

HMNB Clyde, DE&S;

Body responsible for mediation procedures

HM Naval Base Clyde, DE&S;

VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained

HMNB Clyde, DE&S;

VI.4)Date of dispatch of this notice:
19.12.2013