Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence
I&RM, BUILDING B15, MoD DONNINGTON
Telford
TF2 8JT
For the attention of
Wright Susan
Email(s)
susan.wright2@babcockinternational.com
Country
United Kingdom
Internet address(es)
General address of the contracting authority/entity
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
IRM19 7481 The Supply of Land Rover Spares, Parts, Consumables and Accessories
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
NUTS code
- UKG21 - Telford and Wrekin
two.1.3) Information on framework agreement
The notice involves the establishment of a framework agreement
two.1.4) Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between £30,000,000 and £40,000,000
two.1.5) Short description of the contract or purchase(s)
The Supply of Land Rover Spares, Parts, Consumables and Accessories
two.1.6) Common procurement vocabulary (CPV)
- 35420000 - Parts of military vehicles
two.1.8) Lots
This contract is divided into lots: No
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
Babcock Land Defence Ltd - acting as agent to the UK Ministry of Defence ("the Authority") - has under consideration a 4 year Framework Agreement for the Supply of Land Rover Spares, Parts, Consumables and Accessories in support of the Land Rover Wolf platform.
All items within the scope of requirement are codified to NATO Stock Numbers (NSNs) and items should be 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. Full details of how this will operate will be detailed within the tender documents.
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, 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. Further guidance shall be provided with the ITT.
Any resulting Contract shall contain a set of Key Performance Indicators in areas such as delivery and quality, and shall include remedies for poor performance.
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.
Estimated value excluding VAT:
Range: between £30,000,000 and £40,000,000
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: 48 (from the award of the contract)
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: This information is required in response to the PQQ
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: This information is required in response to the PQQ
Minimum level(s) of standards possibly required: This information is required in response to the PQQ
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: This information is required in response to the PQQ
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 5 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
four.1.3) Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated: no
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
IRM19 7481
four.3.2) Previous publication(s) concerning the same contract
no
four.3.4) Time limit for receipt of tenders or requests to participate
4 October 2021 - 4:00pm
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