Tender

0

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2024/S 000-027237

Procurement identifier (OCID): ocds-h6vhtk-049401

Published 27 August 2024, 10:59am



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Porton Down, UK

Salisbury

SP4 0JQ

Contact

Shauneen Stewart

Email

sstewart3@dstl.gov.uk

Telephone

+44 1980751031

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/defence-science-and-technology-laboratory

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

https://contracts.mod.uk/esop/ogc-host/private/modappjaggaer/second-b.jst?_ncp=1723196405606.978265-2

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://contracts.mod.uk/esop/ogc-host/private/modappjaggaer/second-b.jst?_ncp=1723196405606.978265-2

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

0

Reference number

RQ0000053919

two.1.2) Main CPV code

  • 98391000 - Decommissioning services

two.1.3) Type of contract

Services

two.1.4) Short description

Overarching agreement for sourcing, decommissioning/preparation and delivery of used vehicles with multiple fuel types.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 98391000 - Decommissioning services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Delivery to various MOD establishments and third party trial sites.

two.2.4) Description of the procurement

Sourcing, decommissioning/preparation and delivery of a range of used vehicles with a range of fuel types.

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: £800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

The Authority is seeking to establish a framework agreement with a single Contractor who will be responsible for the sourcing, procurement, preparation and delivery of de-commissioned used vehicles to various trial sites in the United Kingdom. To meet the individual needs of each trial, Dstl requires a flexible, responsive and adaptable approach.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Russian and Belarusian Suppliers, Products and Services

Except as set out in PPN 01/22, the Authority will not be accepting Tenders that:

a. contain any Russian / Belarusian products and/or services; and/or

b. are linked to entities who are constituted or organised under the law of Russia or Belarus, or under the control (full or partial) of a Russian / Belarusian person or entity. Please note that this does not include companies:

1. registered in the UK or in a country with which the UK has a relevant international agreement with reciprocal rights of access in the relevant field of public procurement; and/or

2. which have significant business operations in the UK or in a country the UK has a relevant international agreement with reciprocal rights of access in the relevant field of public procurement.

Tenderers must confirm in writing that their Tender, including any element that may be provided by any part of the Contractor’s supply chain, does not contain any Russian / Belarusian products and/or services.

Tenderers must include provisions equivalent to those set out in this clause in all relevant Sub-Contracting Arrangements.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

In accordance with the Statement of Requirements (Annex A to Schedule 2 (SC2 Schedules)).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

Urgency to place contract

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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

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 September 2024

Local time

12:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 September 2024

Local time

12:00am

Place

Porton Down, UK

Information about authorised persons and opening procedure

Defence Sourcing Portal


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

DSTL CTS Commercial

Porton Down, UK

Salisbury

SP4 0JQ

Email

sstewart3@dstl.gov.uk

Telephone

+44 1980951031

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

DSTL

Porton Down, UK

Salisbury

SP4 0JQ

Email

sstewart3@dstl.gov.uk

Telephone

+44 1980751031

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Standstill Period

The Authority is allowing a space of ten (10) calendar days between the date of dispatch of the electronic notice of its decision to award a Contract to the successful Tenderer before entering into a Contract, known as the standstill period. The standstill period ends at 23:59 on the 10th day after the date the DEFFORM 158s are sent. If the 10th day is not a business day, the standstill period ends at 23:59 of the next business day.

Clarification Questions

Clarification Questions should be submitted via the Defence Sourcing Portal no later than 6th September 2024, 00:00 (BST). The Authority shall answer all questions submitted no later than 13th September 2024 00:00 (BST).

The Authority will automatically copy clarification questions and answers to all Tenderers, removing the names of those who have raised the clarification questions. If you wish the Authority to treat the clarification as confidential and not issue the response to all Tenderers, you must state this when submitting the clarification question and provide justification. If in the opinion of the Authority, the clarification is not confidential, the Authority will inform the Tenderer, who will have an opportunity to withdraw the question. If the clarification question is not withdrawn, the response will be issued to all Tenderers.

six.4.4) Service from which information about the review procedure may be obtained

DSTL CTS Commercial

Porton Down, UK

Salisbury

SP4 0JQ

Email

sstewart3@dstl.gov.uk

Telephone

+44 1980951031

Country

United Kingdom