Tender

Maritime Consumables and Furnishings

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2023/S 000-032675

Procurement identifier (OCID): ocds-h6vhtk-03e9d6

Published 3 November 2023, 4:57pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Bristol

BS34 8JH

Contact

Tom Rooney

Email

thomas.rooney103@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://des.mod.uk/

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/go/52757636018B960C0B0F

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://contracts.mod.uk/go/52757636018B960C0B0F

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

Maritime Consumables and Furnishings

two.1.2) Main CPV code

  • 39100000 - Furniture

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Maritime Spares Team has identified a potential requirement for the supply of Raw Materials & Consumables equipment to Surface Ships and Submarine fleets. The specific items are spread across (but not limited to) 23 different categories, the primary ones being: Electrical hardware; Adhesives, Tapes & Sealants; Mounts, belts, seals & gaskets; Plumbing equipment, valves; Lamps & lighting; Soft Furnishings, Cloths & Canvass; Chemicals & cleaning equipment; Fasteners; and Specialist Packaging & Toilet Rolls. The full scope of the Authority’s requirement is detailed at Annex A – Statement of Requirements within the Tender documentation.

As the Department has used the Open Procedure PCR 2015 to run this competition, all Tender documentation has been uploaded (and can be accessed immediately) with this Contract Notice. It is important to note that the Tendering Process will commence on publication of the Contract Notice and continue until the Tender Return date specified within the Tender documentation (2nd February 2024). All interested parties are encouraged to review the accompanying Tender documentation and bid accordingly should they wish to.

The Department’s requirement covers circa 9000 NSNs, with an evaluation criterion that allows for the Award of Contracts to Multiple Suppliers. If you are Awarded a Contract, this will be part Framework part Contract that will allow for future competitions via the Invitation To Compete (ITC) process detailed within the Tender documentation.

Contract(s) (Framework(s)) awarded is/are expected to run for approximately 4 years in duration.

I would like to draw your attention to paragraphs 3, 4 & 5 within the Tender covering letter, which: 1) specifies the estimated value of the total requirement (noting that this could be divided between several suppliers), 2) emphasises an important part of the Tender evaluation process that specifies suppliers must bid for at least 30% of line items in order to be considered compliant, and 3) highlights the Tender return date.

Finally, all clarification of the Tender Documentation should be submitted to Thomas Rooney via the Defence Sourcing Portal.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Maritime Spares Team has identified a potential requirement for the supply of Raw Materials & Consumables equipment to Surface Ships and Submarine fleets. The specific items are spread across (but not limited to) 23 different categories, the primary ones being: Electrical hardware; Adhesives, Tapes & Sealants; Mounts, belts, seals & gaskets; Plumbing equipment, valves; Lamps & lighting; Soft Furnishings, Cloths & Canvass; Chemicals & cleaning equipment; Fasteners; and Specialist Packaging & Toilet Rolls. The full scope of the Authority’s requirement is detailed at Annex A – Statement of Requirements within the Tender documentation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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 several operators

Envisaged maximum number of participants to the framework agreement: 6

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-021389

four.2.2) Time limit for receipt of tenders or requests to participate

Date

2 February 2024

Local time

1:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

2 February 2024

Local time

1:00pm


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

DE&S

Bristol

Country

United Kingdom