Tender

IRM23/7635 The Supply of Infrastructure Spares

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2024/S 000-015386

Procurement identifier (OCID): ocds-h6vhtk-0459aa

Published 15 May 2024, 9:16am



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Telford

Contact

Dorota Bilinska-Powroznik

Email

dorota.bilinska-powroznik@babcockinternational.com

Country

United Kingdom

Region code

UKG21 - Telford and Wrekin

Internet address(es)

Main address

www.babcockinternational.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.contracts.mod.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.contracts.mod.uk

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