Flooring NewsTendersTools News

United Kingdom-Bristol: Floor coverings tender

United Kingdom-Bristol: Floor coverings tender

Official EU reference: 83203-2014

Procurer reference: MEDGS/00240

Published on: 12/03/2014

Deadline date:07/04/2014

Name of the buying organisation: MEDICAL AND GENERAL SUPPLIES (M&GS), JSC/LCS

Summary of the contract
The supply of floor covering and associated services.
Floor coverings. Floor-tiling work. Floor laying and covering work. Laying
work of flexible floor coverings. Carpets, mats and rugs. Carpet tiles.
Linoleum. Wall-tiling work. The supply of floor coverings and associated
products, including installation in both the UK and abroad. The range of
floor coverings include, carpets and carpet tiles, mats and rugs,
non-slip, rubber, linoleum and wall and floor tiles.
CPV: 44112200, 45431100, 45432100, 45432111, 39530000, 39531310, 44112230,
45431200.

Full contract details
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Medical and General Supplies (M&GS), JSC/LCS
Logistic Commodities and Services, DE&S, Elm 2B #4226, MOD Abbey Wood
For the attention of: Adam Colbourne
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067983557
E-mail: [email protected]
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:
The supply of floor covering and associated services.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Supplies
Purchase
NUTS code
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the
framework agreement
Estimated value excluding VAT:
Range: between 26 000 000 and 35 000 000 GBP
II.1.5) Short description of the contract or purchase(s)
Floor coverings. Floor-tiling work. Floor laying and covering work. Laying
work of flexible floor coverings. Carpets, mats and rugs. Carpet tiles.
Linoleum. Wall-tiling work. The supply of floor coverings and associated
products, including installation in both the UK and abroad. The range of
floor coverings include, carpets and carpet tiles, mats and rugs,
non-slip, rubber, linoleum and wall and floor tiles.
II.1.6) Common procurement vocabulary (CPV)
44112200, 45431100, 45432100, 45432111, 39530000, 39531310, 44112230,
45431200
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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: no
II.2) Quantity or scope of the contract
II.2.2) Information about options
Options: no
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: 48 (from the award of the contract)
Information about lots
Lot No: 1
Lot title: Carpets and carpet tiles
1) Short description
The supply and fitting of carpets and carpet tiles, in the UK and
overseas.
2) Common procurement vocabulary (CPV)
39531000, 39531310, 44112200, 45432000
3) Quantity or scope
Estimated value excluding VAT:
Range: between 22 000 000 and 28 000 000 GBP
Lot No: 2
Lot title: Mats and rugs
1) Short description
The supply of mats and rugs.
2) Common procurement vocabulary (CPV)
39530000
3) Quantity or scope
Estimated value excluding VAT:
Range: between 500 000 and 1 500 000 GBP
Lot No: 3
Lot title: Non-slip, rubber, linoleum
1) Short description
The supply and installation of non-slip flooring, rubber flooring and
linoleum.
2) Common procurement vocabulary (CPV)
44112230, 44112200, 45432111
3) Quantity or scope
Estimated value excluding VAT:
Range: between 1 500 000 and 2 500 000 GBP
Lot No: 4
Lot title: Wall and floor tiles
1) Short description
The supply and installation of wall and floor tiles in the UK and
overseas.
2) Common procurement vocabulary (CPV)
45430000, 45431100, 45431200
3) Quantity or scope
Estimated value excluding VAT:
Range: between 2 000 000 and 3 000 000 GBP
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Before accepting a tender the Authority may require that a guarantee of
due performance is provided.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
Payment on delivery in Pounds Sterling. 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. Details of the P2P system can be found at www.d2btrade.com
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 Authority. The Authority shall require
the group to form a legal entity before entering into the contract.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please note that the requirement to
which this notice relates comes under Logistic Commodities and Services
(LCS), formed on 1.8.2011. 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 satisfy its requirement from the LCS service contract and no
further orders will be placed against any framework arising from this
notice. Alternatively, the Authority may appoint a Managing Agent to
operate the framework/contract arising from this notice; novate the
Agreement to a Managing Agent or third party; or assign the benefit of the
Agreement to a Managing Agent. Further details will be provided in the
tender documentation.
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: 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 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. 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.
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.
Full details of information required will be provided in the Pre
Qualification Questionnaire.
Minimum level(s) of standards possibly required: 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 may 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; and Cashflow. CAAS
will also examine the financial health of any parent company where
appropriate. 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 Dun 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;
(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.
Evidence of the capability to supply and install floor coverings and
associated products to a high level of quality and service. Evidence
required of a systematic and professional approach to Capability and
Capacity and Supply Chain Management. Applicants who do not supply this
evidence will not be invited to tender. Further information to be provided
in the Pre Qualification Questionnaire.
Minimum level(s) of standards possibly required:
ISO 9001:2008 certification by a UKAS (or equivalent) accredited body with
a relevant scope to include the supply and installation of floor coverings
and associated products (dependent on which lots are being tendered for).
Applicants who do not supply evidence of certification will not be invited
to tender.
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 5
Objective criteria for choosing the limited number of candidates:
Applicants that are successful with regard to the PASS/FAIL criteria
listed above will be down-selected if necessary, and will then be scored
against the following criteria: Technical Capability; Supply Chain
Management; Performance Management; and Sustainability. The minimum score
to be invited to tender will be 40 %, although applicants must achieve a
minimum score of 2 for both the Technical Capability and Supply Chain
management questions. Further details will be published with the Pre
Qualification Questionnaire.
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
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:
MEDGS/00240.
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.4) Time limit for receipt of tenders or requests to participate
7.4.2014 – 17:00
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, and the contract will be awarded on the basis of the
most economically advantageous tender. 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 lowest priced 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 2.4.2014 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.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
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: Y87B593983.
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 (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk
by emailing [email protected] or Telephone +44 8452707099.
GO Reference: GO-201437-DCB-5512175.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
Medical and General Supplies (M&GS),
Logistic Commodities and Services, DE&S, Elm 2B #4226, MOD Abbey wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: [email protected]
Telephone: +44 3067983557
Body responsible for mediation procedures
Medical and General Supplies (M&GS),
Logistic Commodities and Services, DE&S, Elm 2B #4226, MOD Abbey wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: [email protected]
Telephone: +44 3067983557
VI.4.3) Service from which information about the lodging of appeals may
be obtained
Medical and General Supplies (M&GS),
Logistic Commodities and Services, DE&S, Elm 2B #4226, MOD Abbey wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: [email protected]
Telephone: +44 3067983557
VI.5) Date of dispatch of this notice:
7.3.2014

Classification of the contract
44112200 Floor coverings
45431100 Floor-tiling work
45432100 Floor laying and covering work
45432111 Laying work of flexible floor coverings
39530000 Carpets, mats and rugs
39531310 Carpet tiles
44112230 Linoleum
45431200 Wall-tiling work
39531000 Carpets
45432000 Floor-laying and covering, wall-covering and wall-papering work
45430000 Floor and wall covering work

Show More

Floors Magazine

Floorinsite.com brings you daily flooring news, features, tenders, events, jobs and everything in-between.

Related Articles

Back to top button