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a tender or resulting Framework Agreements are withdrawn for any reason.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
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
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
Contact name: Justyna Chmura
Email: Justyna.Chmura@babcockinternational.com
Website: https://www.gov.uk/government/organisations/ministry-of-defence
Region: UKG21 - Telford and Wrekin
Organisation type: Public authority - central government