Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
DSG
I&RM, Bldg B15, MOD Donnington
TELFORD
TF2 8JT
Contact
Carol Jones
For the attention of
Carol Jones
Email(s)
carol.jones@babcockinterntional.com
Telephone
+44 1952967363
Country
United Kingdom
Internet address(es)
General address of the contracting authority/entity
http://www.babcockinternational.com
Further information
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)
one.2) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
one.3) Main activity
Defence
one.4) Contract award on behalf of other contracting authorities/entities
The contracting authority is purchasing on behalf of other contracting authorities:
No
Section two: Object of the contract
two.1) Description
two.1.1) Title attributed to the contract by the contracting authority
IRM21/7546 - The Supply of Electrical Consumables and Associated Items
two.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance
Telford and Wrekin
NUTS code
- UKG21 - Telford and Wrekin
two.1.3) Information on framework agreement
The notice involves the establishment of a framework agreement
Duration of the framework agreement
Duration in years: 5
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between £42,000,000 and £60,000,000
two.1.5) Short description of the contract or purchase(s)
Electronic and electrical spare parts for military vehicles. Babcock Land Defence Ltd - acting as agent to the UK Ministry of Defence ("the Authority") - has under consideration a 5 year with 1 x 2 year option Multi Supplier Framework Agreement for the Supply of Electrical Consumables and Associated Items.
All items within the scope of this procurement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings provided with the tender or supplied compliant to the information available on CSIS
Babcock Land Defence Ltd reserve the right to add further items of a similar nature to the contract post award. Additional items will be added to resultant contract(s) following mini competitions between those Suppliers admitted to the framework(s) full details of how this will operate will be detailed within the tender documents.
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The PQQ shall be assessed on DCO using the selection criteria given within the PQQ and within each question. It is the intention of the authority to down select and invite to tender only those economic operators who score 15 points or above on the PQQ and only those who provide all mandatory information and are not subject to any mandatory exclusion.
two.1.6) Common procurement vocabulary (CPV)
- 35422000 - Electronic and electrical spare parts for military vehicles
two.1.8) Lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.1.9) Information about variants
Variants will be accepted: No
two.2) Quantity or scope of the contract
two.2.1) Total quantity or scope
The requirement will be split into 3 lots with the intention of awarding a Contract for each lot to Multiple Suppliers
Lot 1 - Cabling and associated items
Lot 2 - Electrical & Electronic Components associated items
Lot 3 - Lighting associated items
Although the total value of the requirements over a 7 year period has an estimated value of between £42,000,000 - £60,000,000; no business whatsoever is guaranteed under any resulting framework agreement or contract that 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.
Estimated value excluding VAT:
Range: between £42,000,000 and £60,000,000
two.2.2) Information about options
Options: Yes
Description of these options: 1 x 2 year option
two.2.3) Information about renewals
This contract is subject to renewal: No
two.3) Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)
Information about lots
Lot No
1
Lot title
IRM21/7546 - The Supply of Electrical Consumables and Associated Items
1) Short description
Lot 1 - Cabling and associated items
All items within the scope of this procurement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings provided with the tender or supplied compliant to the information available on CSIS
Babcock Land Defence Ltd reserve the right to add further items of a similar nature to the contract post award. It will be the intention to add additional items to the resultant contract(s) following mini competitions between those Suppliers admitted to the framework(s). Full details of how this will operate shall be provided within the tender documentation.
2) Common procurement vocabulary (CPV)
- 35422000 - Electronic and electrical spare parts for military vehicles
3) Quantity or scope
Lot 1 - Cabling and associated items
Provided below are some examples of the types of items that may form part of this lot. The Authority reserve the right to remove any of these example NSNs from the tender, as the finalised list of NSNs will be made available at the ITT stage. You can find additional information on these NSNs on the CSIS database (http://www.ncb.mod.uk).
2590995803019 - WIRING HARNESS
5995997923404 - WIRING HARNESS
5995998023642 - CABLE ASSY,SPL PRPS,ELTC
6150991111674 - CABLE ASSY,S/P,ELECT
5995997807105 - WIRING HARNESS
6150997053019 - CABLE ASSEMBLY,SPECIAL P
6150991405043 - WIRING HARNESS
6150997016223 - CABLE ASSEMBLY,SPECIAL P
5995997858794 - WIRING HARNESS
6150992978006 - WIRING HARNESS
Estimated value excluding VAT
Range: between £20,000,000 and £28,000,000
Lot No
2
Lot title
IRM21/7546 - The Supply of Electrical Consumables and Associated Items
1) Short description
Lot 2 - Electrical & Electronic Components and associated items
All items within the scope of this procurement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings provided with the tender or supplied compliant to the information available on CSIS
Babcock Land Defence Ltd reserve the right to add further items of a similar nature to the contract post award. It will be the intention to add additional items to the resultant contract(s) following mini competitions between those Suppliers admitted to the framework(s). Full details of how this will operate shall be provided within the tender documentation.
2) Common procurement vocabulary (CPV)
- 35422000 - Electronic and electrical spare parts for military vehicles
3) Quantity or scope
Lot 2 - Electrical & Electronic Components and associated items
Provided below are some examples of the types of items that may form part of this lot. The Authority reserve the right to remove any of these example NSNs from the tender, as the finalised list of NSNs will be made available at the ITT stage. You can find additional information on these NSNs on the CSIS database (http://www.ncb.mod.uk).
6135994954750 - BATTERY,NONRECHARGEABLE
6350998385025 - SNSNG ELEMT,FIRE DET SYS
5930015721373 - SWITCH,THERMOSTATIC
6625996685893 - ACCESSORY KIT,ELECTRICAL
6135016263219 - BATTERY,NONRECHARGEABLE
5915410001171 - FILTER,RADIO FREQUENCY
5999015570172 - ACCESSORY KIT,ELECT EQPT
7025123890299 - INTERFACE UNIT,ADP
5930015664464 - SWITCH,TOGGLE
5930006871960 - SWITCH,TOGGLE
Estimated value excluding VAT
Range: between £12,000,000 and £17,000,000
Lot No
3
Lot title
IRM21/7546 - The Supply of Electrical Consumables and Associated Items
1) Short description
Lot 3 - Lighting and associated items
All items within the scope of this procurement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings provided with the tender or supplied compliant to the information available on CSIS
Babcock Land Defence Ltd reserve the right to add further items of a similar nature to the contract post award. It will be the intention to add additional items to the resultant contract(s) following mini competitions between those Suppliers admitted to the framework(s). Full details of how this will operate shall be provided within the tender documentation.
2) Common procurement vocabulary (CPV)
- 35422000 - Electronic and electrical spare parts for military vehicles
3) Quantity or scope
Lot 3 - Lighting and associated items
Provided below are some examples of the types of items that may form part of this lot. The Authority reserve the right to remove any of these example NSNs from the tender, as the finalised list of NSNs will be made available at the ITT stage. You can find additional information on these NSNs on the CSIS database (http://www.ncb.mod.uk).
6220995172089 - STOP LIGHT-TAILLIGHT,VEH
6220998034119 - LIGHT,UTILITY,VEHICULAR
6210997253963 - LIGHT,BEACON
6220998376983 - LIGHTING SET
6220996139605 - STOP LIGHT-TAILLIGHT
6220997014098 - HEADLIGHT
6220997836158 - LIGHT,WARNING,VEHICULAR
6230991476426 - LENS SET,SEARCHLIGHT
6220997931594 - LENS,LIGHT
6240997814228 - LIGHT,FLUORESCENT
Estimated value excluding VAT
Range: between £10,000,000 and £15,000,000
Section three. Legal, economic, financial and technical information
three.1) Conditions relating to the contract
three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Payment shall follow delivery and acceptance of goods
three.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 Babcock Land Defence Ltd. Babcock Land Defence Ltd shall require the group to form a legal entity before entering into the Contract
three.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
Babcock Land Defence Ltd 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, Babcock Land Defence Ltd 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.
three.2) Conditions for participation
three.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:
three.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:
Minimum level(s) of standards possibly required: This information is required in response to the DPQQ
Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: The requirement as stated in the Dynamic PQQ (DPQQ) shall prevail
Minimum level(s) of standards possibly required: The requirement as stated in the Dynamic PQQ (DPQQ) shall prevail.
three.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:
Minimum level(s) of standards possibly required: This information is required in response to the DPQQ.
Section four: Procedure
four.1) Type of procedure
four.1.1) Type of procedure
Restricted
four.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 20 and maximum number 50
Objective criteria for choosing the limited number of candidates: The selection criteria as detailed in the Pre-Qualification Questionnaire shall prevail.
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: 4W8GXPBJ97. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 12/04/2021 12:00.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 - support@contracts.mod.uk or call 0800 282 324.
Interested suppliers are required to complete the Dynamic Pre-Qualification Questionnaire (DPQQ) to provide the Authority with information to evaluate the supplier’s capacity and capability against the selection criteria.
The Authority will use the DPQQ response to create a shortlist of tenderers who:
(1) are eligible to participate;
(2) fulfil any minimum economic, financial, professional and technical standards; and
(3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the DPQQ.
(4) It is the intention of the authority to down select and invite to tender only those economic operators who score 60% or above on the PQQ and only those who provide all mandatory information and are not subject to any mandatory exclusion.
Further details of the method for choosing the tenderers is set out in the DPQQ.
four.2) Award criteria
four.2.1) Award criteria
the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
four.2.2) Information about electronic auction
An electronic auction has been used: no
four.3) Administrative information
four.3.1) File reference number attributed by the contracting authority
IRM21/7546
four.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number: 2020/S 204-497671 of 15 October 2020
Other previous publications
no
four.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 1 April 2021 - 12:00pm
Payable documents: no
four.3.4) Time limit for receipt of tenders or requests to participate
31 May 2021 - 12:00pm
four.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
30 June 2021
four.3.6) Language(s) in which tenders or requests to participate may be drawn up
English
Section six: Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
six.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.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. The link below to the Gov.uk website provides information on the Government Security Classification.
https://www.gov.uk/government/publications/government-security-classifications
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.dcocontracts.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.dcocontracts.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: 4W8GXPBJ97.
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@dcocontracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-2021310-DCB-17908931
six.4) Procedures for appeal
six.4.1) Body responsible for appeal procedures
Babcock Land Defence Ltd
Telford
TF2 8JT
Email(s)
carol.jones@babcockinternational.com
Telephone
+44 1952967363
Country
United Kingdom
six.4.1) Body responsible for mediation procedures
MOD
Telford
Country
United Kingdom