Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Procurement of military working dogs with specialist search capabilities.

  • First published: 16 June 2015
  • Last modified: 16 June 2015
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Unknown...
Authority ID:
AA45933
Publication date:
16 June 2015
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Ministry of Defence, ISTAR, Force Protection (FP)

Force Protection DT, Yew 3C, #3149, MOD, Abbey Wood

Bristol

BS34 8JH

UK

DESFP-Comrcl-CP2


+44 3067981936

desfp-comrcl-cp2@mod.uk





Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Procurement of military working dogs with specialist search capabilities.

II.1.2)

Type of supplies contract

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Main site or location of works, place of delivery or performance


UKK1

II.1.3)

Information on framework agreement

Checked box

II.1.4)

Information on framework agreement (if applicable)

Checked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

52

Justification for a framework agreement the duration of which exceeds seven years

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

275 0001 005 000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Dog training services. Force Protection Delivery Team are looking for interested parties to provide Military Working Dogs with Specialist Search capabilities.

The Authority is considering placing a 16 month Enabling Contract (with options for a further 3 years).

The welfare of the dogs must meet the five dog welfare needs listed in the Animal Welfare Act 2006 and detailed in the DEFRA Code of Practice for the welfare of Dogs 2009.

The dog(s) shall be available within 30 weeks of request.

The dogs shall be trained to a specified capability and pass an Authority veterinary and capability check prior to acceptance. Full detail shall be included at the Invitation To Tender (ITT) stage.

II.1.6)

Common Procurement Vocabulary (CPV)

80512000

II.1.7)

Information about subcontracting

Checked box
Checked box
Unchecked box
Unchecked box
Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Potential Providers should have ability to supply up to 4 compliant dogs per year.

No business whatsoever is guaranteed under any resulting framework agreement or contract or indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.

 275 0001 005 000
GBP

II.2.2)

Information about options

16 months contract with 3 1-year option periods.

Provisional timetable for recourse to these options

52

II.2.3)

Information about renewals



II.3)

Duration of the contract or limit for completion

52

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The Authority reserves the right to ask for an indemnity, guarantee or bank bond if the supplier does not meet the required standard for economical and financial standing.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Payment shall be on delivery and acceptance of the goods.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers 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 to which the performance of the contract is subject

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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter 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.

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 DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form); and DEFCON 522J (Payment under P2P).

The Authority envisage issuing a tasking order form when a requirement occurs.

III.1.5)

Information about security clearance


III.2)

Conditions for Participation

III.2.1)

Personal situation



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.




III.2.2)

Economic and financial standing








The estimated annual contract value is 275 000 (ex VAT)-1 005 000 GBP (ex VAT) If the estimated annual contract value is greater than 40 % of the supplier’s turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include:

(1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and

(2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.

A financial assessment will be undertaken on the supplier’s financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.




III.2.3)

Technical and/or professional capacity











III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

36

Objective criteria for choosing the limited number of candidates

Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier's capacities and capabilities against the selection criteria in the Pre-Qualification Questionnaire (6. PART 2: FORM F).

The Authority will use the PQQ response to create a shortlist of tenderers who:

(1) are eligible to participate;

(2) fulfil any minimum standards; and

(3) best meet in terms of capacity and capability the selection criteria set out in the PQQ.

Scores for the Project Specific Criteria in the Dynamic Pre-Qualification Questionnaire are to be awarded as follows (from the evidence provided):

5 — The Authority has high confidence that the Potential Provider has the required capability and presents little/no risk to the Authority.

4 — The Authority has good confidence that the Potential Provider has the required capability and presents few risks to the Authority.

3 — The Authority has some confidence that the Potential provider has the required capability but presents some risks to the Authority.

2 — The Authority has some concerns that the Potential Provider does not meet the required capability and presents some risks to the Authority.

1 — The Authority has concerns that the Potential Provider does not meet the required capability and presents a high level of risk to the Authority.

0 — There is no evidence provided.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

FP/00295

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 17-07-2015  17:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Section VI: Complimentary Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

*********THE ACCESS CODE BELOW, M4NMCEYJNQ, IS INCORRECT. ACCESS CODE Z3327ND8KJ IS APPROPRIATE AND SHOULD BE USED FOR THIS REQUIREMENT*********

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 2.4.2014 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 https://www.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

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 DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form); and DEFCON 522J (Payment under P2P).

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: M4NMCEYJNQ.

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 support@contracts.mod.uk or Telephone +44 800282324.

GO Reference: GO-2015611-DCB-6672629.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 11-06-2015

Coding

Commodity categories

ID Title Parent category
80512000 Dog training services Specialist training services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.