Contract

THE SUPPLY OF HAND TOOLS & ASSOCIATED ITEMS

  • Ministry of Defence

F03: Contract award notice

Notice identifier: 2024/S 000-027284

Procurement identifier (OCID): ocds-h6vhtk-041de0

Published 27 August 2024, 1:53pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Building B15, MoD Donnington

Telford

TF2 8JT

Contact

Justyna Chmura

Email

justyna.chmura@babcockinternational.com

Country

United Kingdom

Region code

UKG21 - Telford and Wrekin

Internet address(es)

Main address

www.babcockinternational.com

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

THE SUPPLY OF HAND TOOLS & ASSOCIATED ITEMS

Reference number

IRM23/7640

two.1.2) Main CPV code

  • 44511000 - Hand tools

two.1.3) Type of contract

Supplies

two.1.4) Short description

Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence ("the Authority") has under consideration a Multi Supplier Framework Agreement for the Supply of Hand Tools, Power Tools, Pneumatic Tools and Associated Items with a duration of 3 Years with 1 Option Year.

This Contract is intended to include circa 4k items identified as being in scope.

The advertised contract value is £60 million including the Option Year.

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 in accordance with designated Manufacturers/Supplier and Manufacturer’s Part Number (MPN).

The Contract shall be awarded to up to four (4) compliant Bidders who provide the most economically advantageous tender based on the basket of goods provided in Annex A to Schedule 2 - Price List and responses to the Social Values and Quality questions.

Babcock Land Defence Limited reserve the right to add further items of a similar nature to the contract post award (over and above those items envisaged to be added at Contract Award). Additional items will be added to resultant contract(s) following mini competitions between those Suppliers admitted to the framework(s) full details of how this will operate will be detailed within the tender documents.

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.

The Contractor shall hold and maintain UKAS Accredited ISO 9001:2015 or equivalent certification at no additional expense to the Authority. The Authority is to be informed within 10 working days of any changes to certification, including changes to scope of activity during this period.

The Authority shall award the Contract in accordance with the evaluation criteria which will be detailed in the Invitation To Tender (ITT).

Expressions of interest to participate in this requirement are to be submitted on the 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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £60,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 44511000 - Hand tools

two.2.3) Place of performance

NUTS codes
  • UKG21 - Telford and Wrekin

two.2.4) Description of the procurement

Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence ("the Authority") has under consideration a Multi Supplier Framework Agreement for the Supply of Hand Tools, Power Tools, Pneumatic Tools and Associated Items with a duration of 3 Years with 1 Option Year.

This Contract is intended to include circa 4k items identified as being in scope.

The advertised contract value is £60 million including the Option Year.

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 in accordance with designated Manufacturers/Supplier and Manufacturer’s Part Number (MPN).

The Contract shall be awarded to up to four (4) compliant Bidders who provide the most economically advantageous tender based on the basket of goods provided in Annex A to Schedule 2 - Price List and responses to the Social Values and Quality questions.

Babcock Land Defence Limited reserve the right to add further items of a similar nature to the contract post award (over and above those items envisaged to be added at Contract Award). Additional items will be added to resultant contract(s) following mini competitions between those Suppliers admitted to the framework(s) full details of how this will operate will be detailed within the tender documents.

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.

The Contractor shall hold and maintain UKAS Accredited ISO 9001:2015 or equivalent certification at no additional expense to the Authority. The Authority is to be informed within 10 working days of any changes to certification, including changes to scope of activity during this period.

The Authority shall award the Contract in accordance with the evaluation criteria which will be detailed in the Invitation To Tender (ITT).

Expressions of interest to participate in this requirement are to be submitted on the 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.

two.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 80

Quality criterion - Name: Social Values / Weighting: 10

Quality criterion - Name: Quality / Weighting: 10

Price - Weighting: 100

two.2.11) Information about options

Options: Yes

Description of options

1 Option Year

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

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-035292


Section five. Award of contract

Contract No

IRM23/7640

Title

THE SUPPLY OF HAND TOOLS

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 August 2024

five.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Carwood Motor Units Ltd

Coventry

Country

United Kingdom

NUTS code
  • UKG33 - Coventry
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £60,000,000


Section five. Award of contract

Contract No

IRM23/7640

Title

THE SUPPLY OF HAND TOOLS

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 August 2024

five.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Central Management Catalogue Agency (UK) Ltd

Worcester

Country

United Kingdom

NUTS code
  • UKG12 - Worcestershire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £60,000,000


Section five. Award of contract

Contract No

IRM23/7640

Title

The Supply of Hand Tools

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 August 2024

five.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Joseph Gleave & Son Ltd

Manchester

Country

United Kingdom

NUTS code
  • UKD33 - Manchester
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £60,000,000


Section five. Award of contract

Contract No

IRM23/7640

Title

The Supply of Hand Tools

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 August 2024

five.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

TW Engineering Co. Ltd

Ilkeston

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £60,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Ministry Of Defense

Building B15, MoD Donnington

Telford

TF2 8JT

Country

United Kingdom