Opportunity

IRM21/7564 - The Supply of Electrical Consumables and Associated Items

  • MOD Donnington

F17: Contract notice for contracts in the field of defence and security

Notice reference: 2021/S 000-005375

Published 17 March 2021, 9:32am



Section one: Contracting authority/entity

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

MOD Donnington

Telford

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

IRM21/7564 - 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: 7

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. Electronic and electrical spare parts for military vehicles. 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

IRM21/7564 - 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

IRM21/7564 - 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

IRM21/7564 - 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: 84U64238ZB . Please ensure you follow any instruction provided to you here.

The deadline for submitting your response(s) is 15/04/2021 18:00.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.

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

IRM20/7547

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: 2 April 2021 - 12:00pm

Payable documents: no

four.3.4) Time limit for receipt of tenders or requests to participate

15 April 2021 - 6:00pm

four.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

31 May 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: 84U64238ZB.

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@dcocontracts.mod.uk or Telephone 0800 282 324.

GO Reference: GO-2021317-DCB-17945059

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

MOD Donnington

Telford

Email(s)

carol.jones@babcockinternational.com

Telephone

+44 1952967363

Country

United Kingdom

six.4.1) Body responsible for mediation procedures

MOD Donnington

Telford

Email(s)

carol.jones@babcockinternational.com

Telephone

+44 1952967363

Country

United Kingdom

six.4.3) Service from which information about the lodging of appeals may be obtained

MOD Donnington

Telford

Email(s)

carol.jones@babcockinternational.com

Telephone

+44 1952967363

Country

United Kingdom