Section one: Contracting authority
one.1) Name and addresses
Babcock Land Defence Limited
Building B15, MoD Donnington
Telford
TF2 8JT
andrew.johnson1@babcockinternational.com
Country
United Kingdom
Region code
UKG21 - Telford and Wrekin
Internet address(es)
Main address
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
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
IRM23/7640 - THE SUPPLY OF HAND TOOLS, POWER TOOLS, PNEUMATIC 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.1.5) Estimated total value
Value excluding VAT: £60,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
two.2.4) Description of the procurement
This Contract is intended to be 3 years plus 1 option year in duration and to include circa of up to 4k
items identified as being in scope for the Supply of Hand Tools, Power Tools, Pneumatic Tools and Associated Items with an advertised contract
value of £60 million.
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.
Provided below are some examples of the types of items that may form part of this requirement.
The Authority reserve the right to remove any of these example NSNs from the tender, as the final list of
NSNs will be made available at the ITT stage.
5345992466307 DISK,ABRASIVE
5180993007538 TOOL KIT,FASTENER EXTRAC
7910251508839 CLEANER, VACUUM, PNEUMATIC:
5120999159228 TOOL CRIMPING
6060998735974 SPLICE
4940009961566 MIXER,LQD,REVOLVING HEAD
5120999106325 HANDLE,SOCKET WRENCH
5133991206576 DRILL,MASONRY,ROTARY
5120999106060 KEY,SOCKET HEAD SCREW
5180997888498 TOOL KIT,FASTNR EXTRACTN
5915998345156 POWER SMOOTHING UNIT
5140993028241 MOBILE WORK BENCH
5120001174563 DIE,CRIMPING TOOL
5120998920014 CRIMPING KIT,ELECTRICAL
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: £60,000,000
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: Yes
Description of options
3 Years with 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
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
12 January 2024
Local time
4:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
26 January 2024
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.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
Babcock Land Defence Limited
Building B15, MoD Donnington
Telford
TF2 8JT
Country
United Kingdom