Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Building B15, MoD Donnington
Telford
TF2 8JT
Contact
Andy Johnson
andrew.johnson1@babcockinternational.com
Telephone
+44 1952967357
Country
United Kingdom
NUTS code
UKG21 - Telford and Wrekin
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
IRM21/7573 - The Supply of HVAC Spares and Associated Items
Reference number
IRM21/7573
two.1.2) Main CPV code
- 42512500 - Parts of air-conditioning machines
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Supply of HVAC Spares
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
two.2.4) Description of the procurement
Babcock Land Defence Ltd - acting as agent to the UK Ministry of Defence ("the Authority") - has under consideration a 3 year Framework Agreement for the Supply of HVAC Spares and Associated Items. Please see the complete list on the Supporting Documents tab of the Pre Qualification Questionnaire. All items within the scope of requirement are codified to NATO Stock Numbers (NSNs).
Babcock Land Defence Ltd reserve the right to add further items of a similar nature to the contract post award. Expressions of interest to participate in this requirement are to be submitted on Defence Sourcing Portal (DSP) by completing the PQQ. 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 to between 5 and 10 economic operators who will be invited to tender. Only those suppliers who
provide all mandatory information, and are not subject to a mandatory exclusion, will be invited to tender.
In accordance with the Government's transparency agenda, the Authority shall publish the Tender and Contract documents online. Prospective contractors are required to hold Quality Management System certification to ISO 9001 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. Further guidance shall be provided with the ITT. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract 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.
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: £500,000
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
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
As detailed in the Pre Qualification Questionnaire
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 July 2022
Local time
4:00pm
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
Babcock Land Defence Ltd
Telford
Country
United Kingdom