Tender

IRM21/7585 The Supply of Expeditionary Protective Structures and Spares

  • Babcock Land Defence Limited

F02: Contract notice

Notice identifier: 2023/S 000-025719

Procurement identifier (OCID): ocds-h6vhtk-03f8ba

Published 1 September 2023, 10:19am



Section one: Contracting authority

one.1) Name and addresses

Babcock Land Defence Limited

Building B15, MoD Donnington

Telford

TF2 8JT

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

IRM21/7585 The Supply of Expeditionary Protective Structures and Spares

two.1.2) Main CPV code

  • 45216129 - Protective shelters

two.1.3) Type of contract

Works

two.1.4) Short description

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 Expeditionary Protective Structures & Spares. This requirement will be split in to 2 lots and the intention is to award 2 x Single Operator Frameworks.

Lot 1 – Expeditionary Barriers

148 NSNs - Estimated value £2.22M

Lot 2 – Accommodation

24 NSNs - Estimated value £0.78M

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). The Contract(s) will be awarded to the Tenderer(s) who provide the most economically advantageous tenders based on the basket of goods provided in Annex A to Schedule 2 – Price List and responses to the Social Values questions and provide a compliant Quality Plan. 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.

Babcock Land Defence Limited 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.

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 9001:2015 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. Further guidance shall be provided with the ITT. Only those suppliers who provide all mandatory information, and are not subject to a

mandatory exclusion, will be invited to tender.

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.

Risk Assessment Ref: RAR-619201794

Cyber Risk Profile: N/A

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Expeditionary Barriers

Lot No

1

two.2.2) Additional CPV code(s)

  • 45216129 - Protective shelters

two.2.3) Place of performance

NUTS codes
  • UKG21 - Telford and Wrekin

two.2.4) Description of the procurement

148 NSNs

All items within the scope of this procurement are codified to NATO Stock Numbers (NSNs). All items must 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.

Provided below are some examples of the types of items that may form part of this lot. The Authority reserve

the right to remove any of these example NSNs from the tender, as the finalised list of NSNs will be made available at the ITT stage. You can find additional information on these NSNs on the CSIS database (http://www.ncb.mod.uk).

4020994142165 FIBER ROPE ASSEMBLY,SING

4720998133656 HOSE,AIR DUCT

5180995518803 TOOL KIT,PREFAB BUILDING

5305993712128 SCREW,WOOD

5305994819987 M/C SCREW & NUT 7 WSHR..

5340999584769 BUNKER BEAM,STRUCTURAL

5440993028136 COUPLER,SCAFFOLDING

5670991521288 FLITCH PLATE

5670992485185 KIT,JOINING

8340993769392 POLE,TENT

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: £2,220,000

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 number of candidates: 5

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

Accommodation

Lot No

2

two.2.2) Additional CPV code(s)

  • 45216129 - Protective shelters

two.2.3) Place of performance

NUTS codes
  • UKG21 - Telford and Wrekin

two.2.4) Description of the procurement

24 NSNs

All items within the scope of this procurement are codified to NATO Stock Numbers (NSNs). All items must 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.

Provided below are some examples of the types of items that may form part of this lot. The Authority reserve the right to remove any of these example NSNs from the tender, as the finalised list of NSNs will be made available at the ITT stage.

You can find additional information on these NSNs on the CSIS database (http://www.ncb.mod.uk).

5670992429574 GABION BASKET

5680990019395 WALL,PROTECTIVE,RAPID AS

5680990019396 GABION BASKET MIL 1G

5680990019401 WALL,PROTECTIVE,RAPID AS

5680991531977 WALL,PROTECTIVE

5680991690183 GABION BASKET MIL 7B

5680993910852 WALL PRTCTV,RAPID,ASSY

5680995173281 GABION BASKET MIL 8G

5680995635949 GABION BASKET MIL 9B

5680998357866 WALL,PROTECT,RAPID ASSY

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: £780,000

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 number of candidates: 5

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

2 October 2023

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.4) Procedures for review

six.4.1) Review body

Babcock Land Defence Limited

Building B15, MoD Donnington

Telford

TF2 8JT

Country

United Kingdom