loading
  • GB-G2 8EX Glasgow
  • 09.05.2017
  • Ausschreibung
  • (ID 2-260364)

Overseas Prime Contract


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 09.05.2017, 13:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 3 - max. 5
    Art der Leistung Bauleistung / allgemeine Beratungsleistungen / Objektplanung Verkehrsanlagen / Energieplanung/ -beratung / Technische Ausrüstung / Studien, Gutachten / Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    Facilities management services. Help-desk and support services. Facilities management services involving computer operation. Administration services. Administrative housing services. Services incidental to forestry. Building and facilities management services. Specialist training services. Refuse and waste related services. Street-cleaning and sweeping services. Snow-clearing services. Cleaning and sanitation services. Cleaning services. Accommodation, building and window cleaning services. Pest-control services. Services furnished by business, professional and specialist organisations. Laundry management services. Housekeeping services. Caretaker services. Tailoring services. Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products. Construction work. Building demolition and wrecking work and earthmoving work. Demolition, site preparation and clearance work. Demolition work. Dismantling works for military installations. Ground-drainage work. Site-development work. Landscaping work. Landscaping work for roads and motorways. Landscaping work for airports. Works for complete or part construction and civil engineering work. Building construction work. Construction work for houses. Construction work for buildings relating to water transport. Works related to water-distribution pipelines. Sewerage work. Drainage and surface works. Construction work for buildings relating to law and order or emergency services and for military buildings. Construction work for military buildings and installations. Engineering works and construction works. Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork. Construction work for pipelines, communication and power lines. Construction work for water projects. Breakwater construction work. Construction work for waterways. Waterways except canals. Electricity supply installations. Hotel, restaurant and retail trade services. Hotel accommodation services. Canteen and other restricted-clientele cafeteria services. Catering services. Port and waterway operation services and associated services. Waterway operation services. Water distribution and related services. Drinking-water distribution. Operation of water supplies. Electricity distribution and related services. Land management services. Housing services. Construction-related services. Airport engineering services. Energy and related services. Building-inspection services. Technical services. Project management consultancy services. Consultative engineering and construction services. Building services. Technical inspection services. Technical building-inspection services. Machinery-inspection services. The Defence Infrastructure (DIO) has identified a requirement to procure a resilient, yet flexible and agile, infrastructure support service capability across UK Defence's overseas estate. Infrastructure support in this context includes a mix of Hard Facilities Management (HFM), Soft Facilities Management (SFM), capital works projects up to a value of £4.1M in each individual case, management and operation of support infrastructure and accommodation (housing). The contract/s will also include arrangement(s) to provide experience gaining opportunities for military personnel e.g. military chefs who will be embedded within the supplier's delivery team.
    Leistungsumfang
    The Defence Infrastructure (DIO) is seeking expressions of interest, via the completion of the Pre-Qualification Questionnaire (PQQ), from Potential Providers (PPs) for a resilient, yet flexible and agile, infrastructure support service capability across UK Defence's overseas estate. Infrastructure support in this context includes a mix of Hard Facilities Management (HFM), Soft Facilities Management (SFM), capital works projects up to a value of 4 100 000 GBP in each individual case, management and operation of support infrastructure and accommodation (housing). The contract/s will also include arrangement(s) to provide experience gaining opportunities for military personnel e.g. military chefs who will be embedded within the supplier's delivery team.
    The contract/s will initially provide for known scope in Cyprus, Gibraltar, Ascension Islands, Falkland Islands, Germany and a small number of isolated assets in wider Europe. The Contract/s will also include a worldwide capability for the provision of operational support and contract change (including surge in the 4 Lot areas and the addition of other geographic areas and where necessary Safe Place to Train) via the change management system. The services required are detailed in the Short description at para II.1.5, but may not be required at every location. Most of the requirements are currently contractorised, but the Authority may seek to outsource some services for the first time (not applicable to Gibraltar), subject to a value for money benchmark.
    It is likely that there will be staff transfers as part of this procurement both in terms of Contractor to Contractor and Authority to Contractor transfers. Full details will be provided within the ITN documentation.
    PPs may bids for one or more of the following 4 Lots, provided that, if bidding for more than one Lot each bid must be independently capable of separate acceptance by the Authority with or without any other Lots and the Authority reserves the right to award individual or a combination of the Lots. The Lots are:
    Lot 1 — South Atlantic (Ascension & Falkland Islands).
    Lot 2 — Cyprus.
    Lot 3 — Gibraltar.
    Lot 4 — Germany/Rest of Europe.
    The evaluation criteria for determining which Lot or Lots will be awarded to the winning PP(s) will be published in the ITN. Whilst the Authority is minded to accept variants as annotated at II.2.10 above, it reserves the right to confirm or otherwise this position at ITN.
    In addition to the required services, there may be a requirement and/or a business opportunity to provide retail and leisure services at some of the locations, including unofficial and private functions.
    Estimated value excluding VAT: Range: between 1 000 000 000 and 1 500 000 000 GBP
    Adresse des Bauherren UK-G2 8EX Glasgow
    TED Dokumenten-Nr. 117397-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Glasgow: Facilities management services

      2017/S 062-117397

      Contract notice

      Services

      Directive 2009/81/EC

      Section I: Contracting authority/entity

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

      Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
      Kentigern House, Room 1224, 65 Brown Street
      Contact point(s): DIO Comrcl1e2
      For the attention of: Lesley Shannon
      G2 8EX Glasgow
      United Kingdom
      Telephone: +44 1412248233
      E-mail: MjE4Mjc9MV1bYFFaH1MgLltdUhxjWQ==
      Fax: +44 1412248381

      Internet address(es):

      General address of the contracting authority/entity: www.mod.uk/DIO

      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/entities
      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:
      Overseas Prime Contract.
      II.1.2)Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 1: Maintenance and repair services
      Main site or location of works, place of delivery or of performance: Glasgow City, United Kingdom.

      NUTS code UKM34,UK

      II.1.3)Information on framework agreement
      II.1.4)Information on framework agreement
      II.1.5)Short description of the contract or purchase(s):
      Facilities management services. Help-desk and support services. Facilities management services involving computer operation. Administration services. Administrative housing services. Services incidental to forestry. Building and facilities management services. Specialist training services. Refuse and waste related services. Street-cleaning and sweeping services. Snow-clearing services. Cleaning and sanitation services. Cleaning services. Accommodation, building and window cleaning services. Pest-control services. Services furnished by business, professional and specialist organisations. Laundry management services. Housekeeping services. Caretaker services. Tailoring services. Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products. Construction work. Building demolition and wrecking work and earthmoving work. Demolition, site preparation and clearance work. Demolition work. Dismantling works for military installations. Ground-drainage work. Site-development work. Landscaping work. Landscaping work for roads and motorways. Landscaping work for airports. Works for complete or part construction and civil engineering work. Building construction work. Construction work for houses. Construction work for buildings relating to water transport. Works related to water-distribution pipelines. Sewerage work. Drainage and surface works. Construction work for buildings relating to law and order or emergency services and for military buildings. Construction work for military buildings and installations. Engineering works and construction works. Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork. Construction work for pipelines, communication and power lines. Construction work for water projects. Breakwater construction work. Construction work for waterways. Waterways except canals. Electricity supply installations. Hotel, restaurant and retail trade services. Hotel accommodation services. Canteen and other restricted-clientele cafeteria services. Catering services. Port and waterway operation services and associated services. Waterway operation services. Water distribution and related services. Drinking-water distribution. Operation of water supplies. Electricity distribution and related services. Land management services. Housing services. Construction-related services. Airport engineering services. Energy and related services. Building-inspection services. Technical services. Project management consultancy services. Consultative engineering and construction services. Building services. Technical inspection services. Technical building-inspection services. Machinery-inspection services. The Defence Infrastructure (DIO) has identified a requirement to procure a resilient, yet flexible and agile, infrastructure support service capability across UK Defence's overseas estate. Infrastructure support in this context includes a mix of Hard Facilities Management (HFM), Soft Facilities Management (SFM), capital works projects up to a value of £4.1M in each individual case, management and operation of support infrastructure and accommodation (housing). The contract/s will also include arrangement(s) to provide experience gaining opportunities for military personnel e.g. military chefs who will be embedded within the supplier's delivery team.
      II.1.6)Common procurement vocabulary (CPV)

      7999310072253000725141007510000075123000772300007999300080510000905000009061000090620000909000009091000090911000909220009811000098311100983411109834114098393000390000004500000045110000451110004511110045111310451112404511129145112700451127304511274045200000452100004521110045213340452321504523241045232451452160004521620045220000452300004523100045240000452432004524710045247120453153005500000055110000555110005552000063721000637213006510000065111000651300006530000070332100703330007150000071311240713140007131540071356000722240007131000071315000716310007163130071631100

      II.1.7)Information about subcontracting
      The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
      The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
      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: yes
      II.2)Quantity or scope of the contract
      II.2.1)Total quantity or scope:
      The Defence Infrastructure (DIO) is seeking expressions of interest, via the completion of the Pre-Qualification Questionnaire (PQQ), from Potential Providers (PPs) for a resilient, yet flexible and agile, infrastructure support service capability across UK Defence's overseas estate. Infrastructure support in this context includes a mix of Hard Facilities Management (HFM), Soft Facilities Management (SFM), capital works projects up to a value of 4 100 000 GBP in each individual case, management and operation of support infrastructure and accommodation (housing). The contract/s will also include arrangement(s) to provide experience gaining opportunities for military personnel e.g. military chefs who will be embedded within the supplier's delivery team.
      The contract/s will initially provide for known scope in Cyprus, Gibraltar, Ascension Islands, Falkland Islands, Germany and a small number of isolated assets in wider Europe. The Contract/s will also include a worldwide capability for the provision of operational support and contract change (including surge in the 4 Lot areas and the addition of other geographic areas and where necessary Safe Place to Train) via the change management system. The services required are detailed in the Short description at para II.1.5, but may not be required at every location. Most of the requirements are currently contractorised, but the Authority may seek to outsource some services for the first time (not applicable to Gibraltar), subject to a value for money benchmark.
      It is likely that there will be staff transfers as part of this procurement both in terms of Contractor to Contractor and Authority to Contractor transfers. Full details will be provided within the ITN documentation.
      PPs may bids for one or more of the following 4 Lots, provided that, if bidding for more than one Lot each bid must be independently capable of separate acceptance by the Authority with or without any other Lots and the Authority reserves the right to award individual or a combination of the Lots. The Lots are:
      Lot 1 — South Atlantic (Ascension & Falkland Islands).
      Lot 2 — Cyprus.
      Lot 3 — Gibraltar.
      Lot 4 — Germany/Rest of Europe.
      The evaluation criteria for determining which Lot or Lots will be awarded to the winning PP(s) will be published in the ITN. Whilst the Authority is minded to accept variants as annotated at II.2.10 above, it reserves the right to confirm or otherwise this position at ITN.
      In addition to the required services, there may be a requirement and/or a business opportunity to provide retail and leisure services at some of the locations, including unofficial and private functions.
      Estimated value excluding VAT: 
      Range: between 1 000 000 000 and 1 500 000 000 GBP
      II.2.2)Information about options
      Options: yes
      Description of these options: Extension of the contract duration by a maximum of up to 2 years in accordance with Contract Terms Conditions. Contract period (96 months in total for all 4 Lots) includes 12 months phased mobilisation of the individual Lots, 5 contract years (60 months) plus optional 2 years (24 months).
      Potential Providers should note that the start and completion dates at ‘II.3) Duration of the Contract or Time-limit for Completion’ below are set to align with current contract end dates which may be subject to change.
      Provisional timetable for recourse to these options: 
      in months: 3 (from the award of the contract)
      II.2.3)Information about renewals
      This contract is subject to renewal: yes
      II.3)Duration of the contract or time limit for completion

      Information about lots

      Lot No: 1 Lot title: South Atlantic (Falkland & Ascension Islands)
      1)Short description
      2)Common procurement vocabulary (CPV)

      7999310072253000725141007510000075123000772300007999300080510000905000009061000090620000909000009091000090911000909220009811000098311100983411109834114098393000390000004500000045110000451110004511110045111310451112404511129145112700451127304511274045200000452100004521110045213340452321504523241045232451452160004521620045220000452300004523100045240000452432004524710045247120453153005500000055110000555110005552000063721000637213006510000065111000651300006530000070332100703330007150000071311240713140007131540071356000722240007131000071315000716310007163130071631100

      3)Quantity or scope
      Estimated value excluding VAT: 
      Range: between 140 000 000 and 210 000 000 GBP
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 2 Lot title: Cyprus
      1)Short description
      2)Common procurement vocabulary (CPV)

      7999310072253000725141007510000075123000772300007999300080510000905000009061000090620000909000009091000090911000909220009811000098311100983411109834114098393000390000004500000045110000451110004511110045111310451112404511129145112700451127304511274045200000452100004521110045213340452321504523241045232451452160004521620045220000452300004523100045240000452432004524710045247120453153005500000055110000555110005552000063721000637213006510000065111000651300006530000070332100703330007150000071311240713140007131540071356000722240007131000071315000716310007163130071631100

      3)Quantity or scope
      Estimated value excluding VAT: 
      Range: between 600 000 000 and 900 000 000 GBP
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 3 Lot title: Gibraltar
      1)Short description
      2)Common procurement vocabulary (CPV)

      7999310072253000725141007510000075123000799930008051000090500000906100009062000090900000909100009091100090922000981100009834111098341140390000004500000045110000451110004511110045111310451112404511129145112700451127304511274045200000452100004521110045213340452321504523241045232451452160004521620045220000452300004523100045240000452432004524710045247120453153005500000055110000555110005552000063721000637213006510000065111000651300006530000070332100703330007150000071311240713140007131540071356000722240007131000071315000716310007163130071631100

      3)Quantity or scope
      Estimated value excluding VAT: 
      Range: between 180 000 000 and 270 000 000 GBP
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 4 Lot title: Germany/Rest of Europe
      1)Short description
      2)Common procurement vocabulary (CPV)

      799931007225300072514100751000007512300077230000799930008051000090500000906100009062000090900000909100009091100090922000981100009831110098341110983411409839300039000000450000004511000045111000451111004511131045111240451112914511270045112730452000004521000045211100452133404523215045232410452324514521600045216200452200004523000045231000452400004524710045247120453153005500000055110000555110005552000065100000651110006513000065300000703321007033300071500000713140007131540071356000722240007131000071315000716310007163130071631100

      3)Quantity or scope
      Estimated value excluding VAT: 
      Range: between 80 000 000 and 120 000 000 GBP
      4)Indication about different date for duration of contract or starting/completion
      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:
      Parent Company Guarantees will be required if applicable.
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Conditions relating to payment will be specified in the contractual documentation.
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the MOD. The MOD shall require the group to form a legal entity before entering into the contract. The information sought within the PQQ must be provided for each of the consortium's constituent members, gathered together in a single response.
      III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
      Those PPs who are successful at PQQ will be required to obtain Baseline Personnel Security Standard (BPSS) clearance for their ITN bid personnel prior to issue of the ITN. PPs will require at least one member of staff with BPSS clearance to gain access to tender documentation. Further, any PP staff who wish to participate in the site visit programme will require BPSS clearance.
      The Authority will sponsor BPSS clearance for up to five staff members of each company selected to proceed the Invitation to Negotiate stage. The sponsored BPSS clearance validation process will be undertaken on 3.7.2017 and 4.7.2017 at Kentigern House, 65 Brown Street, Glasgow, Scotland G2 8EX. Full details of the BPSS process are provided at para 17c. of the Overseas Prime PQQ Guidance document provided in the PQQ Supporting documents.
      The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding information (e.g. Security Aspect Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise.
      the link below to the Gov.uk website provides information on the Government Security Classification.

      https://www.gov.uk/government/publications/government-security-classifications

      III.1.5)Information about security clearance:
      III.2)Conditions for participation
      III.2.1)Personal situation

      Criteria regarding the personal situation of economic operators (that may lead to their exclusion) 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 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) 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.
      Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
      Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
      Please see Pre-Qualification Questionnaire.

      Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers

      Information and formalities necessary for evaluating if the requirements are met: Please see Pre-Qualification Questionnaire.
      III.2.2)Economic and financial ability

      Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

      Information and formalities necessary for evaluating if the requirements are met: Economic and Financial standing will be assessed by use of a Pre-Qualification Questionnaire.
      III.2.3)Technical and/or professional capacity

      Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

      Information and formalities necessary for evaluating if the requirements are met:
      (a) In the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability.
      (c) A statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where - (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided.
      (d) A statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator.
      (e) A statement of the economic operator's: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property.
      (g) In the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator's managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract.
      (h) The environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract.
      (j) A description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract.
      (l) Certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority.
      (m) In the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority.
      (n) A certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification.
      (o) Any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i).
      This information will be sought through a formal Pre-Qualification Questionnaire and at ITN.
      Minimum level(s) of standards possibly required
      To be provided in Pre-Qualification Questionnaire and ITN as appropriate..

      Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)

      Information and formalities necessary for evaluating if the requirements are met:
      To be provided in Pre-Qualification Questionnaire and ITN as appropriate.
      Minimum level(s) of standards possibly required
      To be provided in Pre-Qualification Questionnaire and ITN as appropriate.
      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
      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

      Section IV: Procedure

      IV.1)Type of procedure
      IV.1.1)Type of procedure
      Negotiated
      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
      Objective criteria for choosing the limited number of candidates: The range applies to each of the 4 advertised Lots.
      A Pre-Qualification Questionnaire (PQQ) is provided on Defence Contracts On-line. Potential Providers will need to complete the relevant PQQ questions for each Lot that it wishes to be invited to participate in and submit it electronically as instructed in the PQQ documentation. Late PQQs will not be considered. The completed PQQ provides information that allows the MOD to evaluate the Potential Providers capacity and capability against the selection criteria set in the PQQ.
      The MOD will use the PQQ response to create a list of suppliers who are eligible to participate under Section III.2.1) of this Contract Notice; and who fulfil any minimum capacity levels under Sections III.2.2) and III.2.3) of this Contract Notice; and who also best meet the selection criteria set out in the PQQ. Full details of the method for choosing those who will be invited to negotiate are set out in the PQQ.
      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 has been used: no
      IV.3)Administrative information
      IV.3.1)File reference number attributed by the contracting authority:
      DIOCB1/014
      IV.3.2)Previous publication(s) concerning the same contract

      Prior information notice

      Notice number in the OJEU: 2016/S 221-403767 of 16.11.2016

      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
      9.5.2017 - 13:00
      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.

      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.
      a) The MOD will use the e-procurement tool AWARD to assist in the management of the tender process and subsequent tender evaluation.
      b) It is to be noted that this requirement is subject to UK Government policy on transparency and that the PQQ, Invitation to Negotiate and any resulting contract documents may be subject to publication in a redacted format.

      c) Suppliers interested in working with the MOD 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.

      d) 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

      Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

      The information and/or documents for this opportunity are available on https://www.contracts.mod.uk/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

      Suppliers must log in, go to your Response Manager and add the following Access Code: 6S33B848P6. Please ensure you follow any instruction provided to you here. Suppliers must read the PQQ Guidance document provided with in the Supporting Documents with the PQQ.
      The deadline for submitting your response(s) is 9.5.2017 13:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

      If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing — MjExaGplZWRnaTVYZGNpZ1ZYaWgjYmRZI2pg or call 0800 282 324. GO Reference: GO-2017327-DCB-9884355.

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

      Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
      Glasgow
      United Kingdom

      Body responsible for mediation procedures

      Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
      Glasgow
      United Kingdom

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

      Ministry of Defence, DIO, Defence Infrastructure Organisation (DIO)
      Glasgow
      United Kingdom

      VI.5)Date of dispatch of this notice:
      27.3.2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 29.03.2017
Zuletzt aktualisiert 29.03.2017
Wettbewerbs-ID 2-260364 Status Kostenpflichtig
Seitenaufrufe 91