Contract

IRM20/7548 - FIRE EXTINGUISHERS & ASSOCIATED SPARES

  • Ministry of Defence

F03: Contract award notice

Notice identifier: 2022/S 000-035696

Procurement identifier (OCID): ocds-h6vhtk-034527

Published 16 December 2022, 2:40pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

I&RM, BUILDING B15, MoD DONNINGTON

TELFORD

TF2 8JT

Contact

Louise Davis

Email

Louise.Davis@babcockinternational.com

Country

United Kingdom

Region code

UKG21 - Telford and Wrekin

Internet address(es)

Main address

www.babcockinternational.com

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

IRM20/7548 - FIRE EXTINGUISHERS & ASSOCIATED SPARES

Reference number

IRM20/7548

two.1.2) Main CPV code

  • 35111320 - Portable fire-extinguishers

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply of Portable Fire Extinguishers and Accessories

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: £515,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG21 - Telford and Wrekin

two.2.4) Description of the procurement

Babcock Land Defence Ltd - acting as agent to the UK Ministry of Defence ("the Authority") - has under consideration a 4 year Framework Agreement for the Supply of Fire Extinguishers. Please see the complete list on the Supporting Documents tab of the Pre Qualification Questionnaire. All items within the scope of requirement are codified to NATO Stock Numbers (NSNs).

Babcock Land Defence Ltd reserve the right to add further items of a similar nature to the contract post award.

Expressions of interest to participate in this requirement are to be submitted on 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 to between 5 and 10 economic

operators who will be invited to tender. Only those suppliers who provide all mandatory information, and are not subject to a mandatory exclusion, will be invited to tender.

In accordance with the Government's transparency agenda, the Authority shall publish the Tender and Contract documents online. Prospective contractors are required to hold Quality Management System certification to ISO 9001 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Dynamic Pre-Qualification Questionnaire (DPQQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the

winning supplier will be required to provide it for review prior to contract award. Further guidance shall be provided with the ITT. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.

two.2.5) Award criteria

Quality criterion - Name: Commercial / Weighting: 90

Quality criterion - Name: Social Values / Weighting: 10

Cost criterion - Name: Commercial / Weighting: 90

Cost criterion - Name: Social Values / Weighting: 10

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

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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-016002


Section five. Award of contract

Contract No

IRM20/7548

Title

IRM20/7548 - FIRE EXTINGUISHERS & ASSOCIATED SPARES

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 December 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

CHUBB FIRE & SECURITY LIMITED

LITTLETON ROAD

ASHFORD

TW15 1TZ

Email

UK_MOD1@Chubbfs.com

Telephone

+44 800321666

Country

United Kingdom

NUTS code
  • UKG21 - Telford and Wrekin
The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £515,000

Total value of the contract/lot: £515,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Babcock Land Defence Ltd

Telford

Country

United Kingdom