Skip to main content.
UK-TELFORD: All-terrain vehicles.Section I: Contracting Authority I.1)Name, Addresses and Contact Point(s): Ministry of Defence, DSG Land Supply Business Unit, Bldg B15, MOD Donnington, TELFORD, TF2 8JT, United Kingdom Tel. +44 1952673808, Email: carol.jones@dsg.mod.uk Contact: Carol Jones, Attn: Carol Jones Further information can be obtained at: As Above Specifications and additional documents: As Above Tenders or requests to participate must be sent to: As Above 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: SUPPLIES II.1)Description II.1.1)Title attributed to the contract by the contracting authority: SUPPLY OF SPARES IN SUPPORT OF WR450 GRIZZLY QUAD BIKE II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES Purchase Region Codes: UKG21 - Telford and Wrekin II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement II.1.4)Information on framework agreement: Framework agreement with a single operator Duration of the framework agreement: Duration in year(s): 3 Estimated total value of purchases for the entire duration of the framework agreement: Range between: 348,000 and 870,000 Currency: GBP II.1.5)Short description of the contract or purchase: All-terrain vehicles. II.1.6)Common Procurement Vocabulary: 34113200 - All-terrain vehicles. 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: The Authority is considering establishing an Enabling Contract (EC) for spares in support WR450 Grizzly Quad Bike used by the British Army. It should be noted that this requirement is for spare parts only and is not for the Quad Bikes. The duration of the EC shall be firm for 2 years with the option to extend for a further year.The Authority is seeking a single supplier to provide all items, which are available from a range of original equipment manufacturers. Tenderer's shall be provided with NATO Stock Numbers and using ISIS, shall be required to source and price the items in scope for the requirement. There are no drawings or specifications available to issue with the Invitation to Tender.The Authority reserves the right to add items of a similar nature to the contract during its lifetime.It is the Authority's intention to operate electronic trading by migrating the Contract to Purchase to Payment (P2P) from the onset.Any resulting contract shall contain a set of Key Performance Indicators to measure performance in areas such as delivery and quality and shall include remidies for poor performance.Expressions of Interest are to be submitted via the Dynamic PQQ which can be accessed using the access code provided in this advert.In accordance with the Government's transparency agenda, the Authority shall publish the Tender and Contract documents online. Further guidance shall be provided in the ITT Estimated value excluding VAT: Range between: 870,000 and 4,500,000 Currency: GBP II.2.2)Options: Yes If yes, description of these options: Contract shall be firm for 2 years with an option to extend for a further year II.2.3)Information about renewals: This contract is subject to renewal: No II.3)Duration Of The Contract Or Time-Limit For Completion Duration in months: 36 (from the award of the contract) 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: The requirement as stated in the DPQQ shall prevail III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: The requirement as stated in the DPQQ shall prevail III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded: The requirement as stated in the DPQQ shall prevail III.1.4)Other particular conditions: The performance of the contract is subject to particular conditions:Yes If Yes, description of particular conditions: Electronic Trading - Potential suppliers must note the mandatory requirement for electronic trading using the Ministry of Defence's standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for the performance of this Contract. You can find details on the P2P system at www.d2btrade.com The contractor shall be required to sign a DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), EFCON 129J (The use of Electronic Business Delivery Form); and DEFCON 522J (Payment under P2P). Where Standardised Contracting 1 (SC1) conditions are used, unconditional acceptance of all references to P2P in clause 20 is required and where Standardised Contracting 2 (SC2) conditions are used, unconditional acceptance of all references to P2P in clause G1 is required. III.2)Conditions For Participation III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers: 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 these criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#pcr Candidates will be required to answer these questions as part of the 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. The requirement as stated in the DPQQ shall prevail III.2.2)Economic and financial capacity Economic and financial capacity - means of proof required: Information and formalities necessary for evaluating if requirements are met: The requirement as stated in the DPQQ shall prevail Minimum Level(s) of standards possibly required: The requirement as stated in the DPQQ shall prevail III.2.3)Technical capacity Technical capacity - means of proof required Information and formalities necessary for evaluating if requirements are met: The requirement as stated in the DPQQ shall prevail Minimum Level(s) of standards possibly required: The requirement as stated in the DPQQ shall prevail III.2.4)Information about reserved contracts: Not ProvidedSection 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: 5 and maximum number: 10 Objective Criteria for choosing the limited number of candidates: 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.ukSuppliers 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 http://www.contracts.mod.uk.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: 8656A89KFB. IV.2)Award Criteria IV.2.1)Award criteria: Lowest price IV.2.2)Information about electronic auction: An electronic auction will be used: Yes If yes, additional information about electronic auction Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender. IV.3)Administrative Information IV.3.1)File reference number attributed by the contracting authority: LSBU10/1185 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 Date: 06/03/2015 Time: 12:00 IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English Section VI: Complementary Information VI.1)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.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.From 2 April 2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC. https://www.gov.uk/government/publications/government-security-classifications 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 classified information (e.g. a Security Aspects 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. 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.ukSuppliers 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 http://www.contracts.mod.uk.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: 3K99C8R494.Please ensure you follow any instruction provided to you here.The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.Please ensure that you allow yourself plenty of time when responding to this opportunity 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 (FAQs) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324. VI.4)Procedures For Appeal VI.4.1)Body responsible for appeal procedures: Not Provided VI.4.2)Lodging of appeals: Not Provided VI.4.3)Service from which information about the lodging of appeals may be obtained: Not Provided VI.5) Date Of Dispatch Of This Notice: 04/02/2015ANNEX A