Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Porton Down, UK
Salisbury
SP4 0JQ
Contact
Shauneen Stewart
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
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
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
Telephone
+44 1980951031
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
DSTL
Porton Down, UK
Salisbury
SP4 0JQ
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
Telephone
+44 1980951031
Country
United Kingdom