Tender

IRM24/7693 The Supply of Tyres TN

  • Ministry of Defence

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-043664

Procurement identifier (OCID): ocds-h6vhtk-056791

Published 29 July 2025, 7:56am



Scope

Reference

IRM24/7693

Description

Babcock land Defence Limited- acting as agent to the UK Ministry of Defence ("the Authority") - has under consideration up to 4 year Framework Agreements for The Supply of Tyres

Main CPV Codes:

34350000 - Tyres for heavy/light-duty vehicles

34351000 - Light-duty tyres

34352000 - Heavy-duty tyres

These Framework Agreements include 66 items identified as being in scope.

The contract value: £15,000,000

Lot 1 - The Supply of Michelin Tyres - Value £8.3m

Lot 2 - The Supply of Continental Tyres - Value 6.6m

Lot 3 - The Supply of Goodyear Tyres - Value £100k

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.

All items must be supplied compliant to the MPN on CSIS where drawings do not exist.

Babcock Land Defence Limited reserve the right to add further items of a similar nature to the Framework Agreements post award.

Each individual Lot shall be awarded to the bidder who provides the most advantageous tender for that Lot.

The resulting Framework Agreements 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 Authority shall award the Framework Agreements in accordance with the evaluation criteria which will be detailed in the

Invitation to Tender.

No business whatsoever is guaranteed under any resulting Framework Agreements or contract indeed there is no guarantee

that any Framework Agreements or contract will be put in place in relation to this notice. No compensation etc. will be paid if

a tender or resulting Framework Agreements are withdrawn for any reason. Bidders should take part in this process only on

the basis that they fully understand and accept this position.

Expressions of interest to participate in this requirement are to be submitted on the Defence Sourcing Portal (DSP) by completing the Procurement Specific Questionaire (PSQ).

The PSQ shall be assessed on DSP using the selection criteria given within the PSQ 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.

Commercial tool

Establishes a framework

Total value (estimated)

  • £15,000,000 excluding VAT
  • £18,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 3 November 2025 to 2 November 2029
  • 4 years

Main procurement category

Goods

CPV classifications

  • 34350000 - Tyres for heavy/light-duty vehicles
  • 34351000 - Light-duty tyres
  • 34352000 - Heavy-duty tyres

Contract locations

  • UKG21 - Telford and Wrekin

Lot constraints

Description of how multiple lots may be awarded:

Each individual Lot shall be awarded to the bidder who provides the most advantageous tender for that Lot.


Lot 1. Michelin Tyres

Description

The Supply of Michelin Tyres

Lot value (estimated)

  • £8,300,000 excluding VAT
  • £9,960,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Continental Tyres

Description

The Supply of Continental Tyres

Lot value (estimated)

  • £6,600,000 excluding VAT
  • £7,920,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Goodyear Tyres

Description

The Supply of Goodyear Tyres

Lot value (estimated)

  • £100,000 excluding VAT
  • £120,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

1

Maximum percentage fee charged to suppliers

0%

Framework operation description

Offered pricing shall be firm for the first year of the contract, with subsequent annual price adjustments effective from each contract anniversary, aligned to:

1-year fixed price and fixed against nominated indices G6SX - PPI INDEX OUTPUT DOMESTIC - C22 Rubber and plastic products for years 2,3 & 4

As this is a Single Operator Framework Agreement no further selection process for the award of contracts is applicable.

Award method when using the framework

Without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Lot 1. Michelin Tyres

Lot 2. Continental Tyres

Lot 3. Goodyear Tyres

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

14 August 2025, 4:00pm

Submission type

Requests to participate

Deadline for requests to participate

29 August 2025, 4:00pm

Submission address and any special instructions

https://contracts.mod.uk/

Tender must be submitted electronically via the Defence Sourcing Portal (DSP) by date and time. The Authority reserves the right to reject any Tender received after the stated date and time.

Hard copy, paper or delivered digital Tenders (e.g. email, DVD) at OFFICIAL SENSITIVE classification are no longer required and will not be accepted by the Authority.

Tenderers are required to submit an electronic online Tender in response to ITT IRM24/7693

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

29 October 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Commercial Price 90%
Social Values Quality 10%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Defence and security

Competitive flexible procedure description

The Competitive Flexible Procedures in the Public Procurement Act 23 outline a structured approach to procurement, while allowing for flexibility to adapt to changing requirements. The detailed steps involved in the process:

Procurement Specific Questionnaire (PSQ)

Assessment of Suppliers: The PSQ is assessed based on the selection criteria within the PSQ itself. Each question in the questionnaire is evaluated to determine if the supplier meets the required standards.

Down Selection Process: The intention is to down select suppliers on a pass/fail basis. Only those suppliers who meet the necessary criteria will move forward to the next stage.

Invitation to Tender (ITT)

Shortlisted Suppliers: Once the PSQ stage is completed, the shortlisted suppliers who meet the criteria are invited to submit their full tender.

Tender Documents: The full procurement documents, including requirements, specifications, and terms, are provided to the suppliers.

Clarifications: Suppliers can ask questions or seek clarifications to ensure they fully understand the requirements and any flexibility involved in the process.

Evaluation and Award Criteria

The Framework Agreements will be awarded to the bidder who submits the most advantageous tender. Evaluation will consider:

Commercial (Pricing) and Technical details for the items as specified in the tender.

Babcock Land Defence Limited reserve the right to add further items of a similar nature to the

contract post award, following Request for Quotations (RFQ).


Contracting authority

Ministry of Defence

  • Public Procurement Organisation Number: PHVX-4316-ZVGZ

Building B15, MoD Donnington

Telford

TF2 8JT

United Kingdom

Region: UKG21 - Telford and Wrekin

Organisation type: Public authority - central government