Tender

The Supply of Thermal Camouflage Sheets

  • Defence Equipment and Support

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-010035

Procurement identifier (OCID): ocds-h6vhtk-064719

Published 4 February 2026, 2:15pm



Scope

Reference

IRM25/7719

Description

Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence ("the Authority") has under consideration a 8 Year Framework Agreement for The Supply of Thermal Camouflage Sheets

CPV codes applicable to this contract are:

39522200 Camouflage covers

This Framework Agreement includes 46 items identified as being in scope.

The contract value: £9,918,000.00

All items within the scope of requirement are codified to NATO Stock Numbers (NSNs). Tenderers shall be provided with NATO Stock Numbers and shall be informed of any required applicable compliance standards.

All items must be supplied compliant to specifications which will be issued with the tender documentation.

Babcock Land Defence Limited reserve the right to add further items of a similar nature to the contract post award.

The resulting Framework Agreement shall contain a set of Key Performance Indicators to measure performance in areas such as delivery and quality and shall include remedies for poor performance.

The Authority shall award the Framework Agreement in accordance with the evaluation criteria which will be detailed in the Invitation to Tender.

No business whatsoever is guaranteed under any resulting Framework Agreement indeed there is no guarantee that any Framework Agreement 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 will be paid if a tender or resulting Framework Agreement is withdrawn for any reason.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.

Expressions of interest to participate in this requirement are to be submitted on the Defence Sourcing Portal (DSP) by completing the Procurement Specific Questionnaire (PSQ).

The PSQ shall be assessed on DSP using the selection criteria given within the PSQ and within each question. It is the intention of the Authority to down select, economic operators who will be invited to tender, only those suppliers who provide all mandatory information and are not subject to a mandatory exclusion.

Contract name: IRM25/7719

Risk Assessment Ref: RAR-251017B08

Cyber Risk Profile: Very Low

Commercial tool

Establishes a framework

Total value (estimated)

  • £9,918,000 excluding VAT
  • £11,901,600 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 23 June 2026 to 22 June 2034
  • 8 years

Main procurement category

Goods

CPV classifications

  • 39522200 - Camouflage covers

Contract locations

  • UK - United Kingdom

Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

1%

Framework operation description

Price must be Firm for the first 12 Months with a Variantion of Price clause being applied for Years 2 to 8.

As this is up to 1 Single Operator Framework Agreements no further selection process for the award of contracts is applicable

Award method when using the framework

Without competition

Contracting authorities that may use the framework

Establishing party only


Participation

This procurement is reserved for

Supported employment providers


Submission

Submission type

Requests to participate

Deadline for requests to participate

2 March 2026, 4:00pm

Submission address and any special instructions

https://contracts.mod.uk/

Tender must be submitted electronically via the Defence Sourcing Portal (DSP) by date and time. The Authority reserves the right to reject any Tender received after the stated date and time.

Hard copy, paper or delivered digital Tenders (e.g. email, DVD) at OFFICIAL SENSITIVE classification are no longer required and will not be accepted by the Authority.

Tenderers are required to submit an electronic online Tender in response to ITT IRM25/7719

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 June 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Commercial Price 60%
Technical Quality 40%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Defence and security

Competitive flexible procedure description

The Authority intends to conduct the procurement in up to three stages. Stage 1 is the PSQ, Stage 2 is the issue of the initial Invitation to Tender and Stage 3 (if used) would involve issue of a modified Invitation to Tender in accordance with Section 31 (2) (a). However, the Authority reserves the right to make an award following evaluation of the initial tender submissions (Stage 2) where it considers that the award criteria have been satisfactorily met, without proceeding to any further stages.

The Competitive Flexible Procedures in the Public Procurement Act 23 outline a structured approach to procurement, while allowing for flexibility to adapt to changing requirements. The detailed steps involved in the process:

The Procurement Specific Questionnaire (PSQ)

Assessment of Suppliers: The PSQ is assessed based on the selection criteria within the PSQ itself. Each question in the questionnaire is evaluated to determine if the supplier meets the required conditions of participation.

Down Selection Process: The intention is to down select suppliers on a pass/fail basis. Only those suppliers who meet the necessary criteria will move forward to the next stage.

Invitation to Tender (ITT)

Shortlisted Suppliers: Once the PSQ stage is completed, the shortlisted suppliers who meet the criteria are invited to submit their full tender.

Tender Documents: The full procurement documents, including requirements, specifications, and terms, are provided to the suppliers.

Clarifications: Suppliers can ask questions or seek clarifications to ensure they fully understand the requirements and any flexibility involved in the process.

Evaluation and Award Criteria

Framework Agreement will be awarded to the bidder who submits the most advantageous tender. Evaluation will consider:

Pricing and supply details for the items as specified in the tender.

Responses to the Technical Questions:

-Supply Chain Management

- Contract Coverage

- Controlling Price

- Controlling Lead Times

- Managing Availability

- Delivery Excellence

- Counterfeit Management

- Obsolescence

Babcock Land Defence Limited reserve the right to add further items of a similar nature to the

Framework Agreement post award, following Request for Quotations (RFQ).


Contracting authority

Defence Equipment and Support

  • Public Procurement Organisation Number: PVRL-5831-GLMM

MOD Abbey Wood

Bristol

BS34 8JH

United Kingdom

Contact name: Dorota Bilinska-Powroznik

Email: Dorota.Bilinska-Powroznik@babcockinternational.com

Website: https://contracts.mod.uk/

Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Organisation type: Public authority - central government