Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Telford
Contact
Dorota Bilinska-Powroznik
dorota.bilinska-powroznik@babcockinternational.com
Country
United Kingdom
Region code
UKG21 - Telford and Wrekin
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
IRM23/7635 The Supply of Infrastructure Spares
two.1.2) Main CPV code
- 42122130 - Water pumps
two.1.3) Type of contract
Supplies
two.1.4) Short description
Please provide a detailed description of the notice you are adding:
Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence ("the Authority") - has under consideration a 3-year Framework Agreement for The Supply of Infrastructure Spares.
The requirement is split into 2 lots.
Lot 1 – Ablution, Laundry Units, Basic and Operational Field Hygiene
394 NSNs – Estimated value £ 290,000
Lot 2 – Pump Systems, Water Storage and Production Systems
83 NSNs – Estimated value £60,000
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. Tenderers shall be expected to provide items which comply with the requirements of CSIS (the Codification Support Information Systems maintained by the United Kingdom National Codification Bureau).
This will have an advertised contract value of £350,000.
Each individual lot shall be awarded to the bidder who provides the most economically advantageous tender based on the basket of goods and responses to the Social Values questions.
Babcock Land Defence Limited reserve the right to add further items of a similar nature to the contract post award.
The resulting contract 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 Contract in accordance with the evaluation criteria which will be detailed in the Invitation to Tender.
The PQQ shall be assessed on DSP using the selection criteria given within the PQQ and within each question. It is the intention of the Authority to down select the economic operators who will be invited to tender on a pass/fail basis.
Prospective contractors are required to hold Quality Management System certification to ISO9001:2015 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Dynamic Pre-Qualification Questionnaire (DPQQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) AQAP 2110 Edition D Version 1 NATO Quality Assurance Requirements for Design, Development and Production. CoC shall be provided in accordance with DEFCON 627.
Contract name: IRM23/7635
Risk Assessment Ref: RAR-356682394
Cyber Risk Profile: N/A
two.1.5) Estimated total value
Value excluding VAT: £350,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Ablution, Laundry Units, Basic and Operational Field Hygiene
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 39291000 - Laundry supplies
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
two.2.4) Description of the procurement
Lot 1 - Ablution, Laundry Units, Basic and Operational Field Hygiene
Number of NSNS - 394
Value of Lot 1 - £290,000
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £290,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 10
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Pump Systems, Water Storage and Production Systems
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 42122130 - Water pumps
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
two.2.4) Description of the procurement
Pump Systems, Water Storage and Production Systems
Number of NSNs - 84
Value of Lot 2 - £60,000
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £60,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 10
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 June 2024
Local time
4:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
26 June 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Ministry Of Defence
Telford
Country
United Kingdom