Scope
Reference
IRM24/7671
Description
Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence ("the Authority") has under consideration a 4 Year Framework Agreement with 2 Lots and up to 2 Single Suppliers for the Supply of Field Accommodation Furniture.
CPV codes applicable to this contract are:
39157000 - Parts of furniture
This Framework Agreement includes 3 items identified as being in scope.
The contract value: £1,677,000.00
Lot 1 - Mosquito Nets £600,000.00
Lot 2 - Document Box £1,077,000.00
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 specifications which will be issued with the tender documentation.
Babcock Land Defence Limited reserve the right to add further items of a similar nature to the contract post award.
The resulting Framework Agreement 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 Agreement in accordance with the evaluation criteria which will be detailed in the Invitation to Tender.
No business whatsoever is guaranteed under any resulting Framework Agreement indeed there is no guarantee that any Framework Agreement 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 will be paid if a tender or resulting Framework Agreement is withdrawn for any reason.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.
Expressions of interest to participate in this requirement are to be submitted on the Defence Sourcing Portal (DSP) by completing the Procurement Specific Questionnaire (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.
Contract name: IRM24/7671
Risk Assessment Ref: RAR-250613B01
Cyber Risk Profile: Very Low
Commercial tool
Establishes a framework
Total value (estimated)
- £1,677,000 excluding VAT
- £2,012,400 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 February 2026 to 31 January 2030
- 4 years
Main procurement category
Goods
CPV classifications
- 39157000 - Parts of furniture
Contract locations
- UK - United Kingdom
Lot Lot 1. Mosquito Nets
Description
Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence ("the Authority") has under consideration a 4 Year Framework Agreement with 2 Lots and up to 2 Single Suppliers for the Supply of Field Accommodation Furniture.
CPV codes applicable to this contract are:
39157000 - Parts of furniture
7210998426473 - Freestanding Mosquito Net
7210997311754 - Camp Cot Mounted Mosquito Net
Lot value (estimated)
- £600,000 excluding VAT
- £720,000 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 Lot 2. Document Box
Description
Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence ("the Authority") has under consideration a 4 Year Framework Agreement with 2 Lots and up to 2 Single Suppliers for the Supply of Field Accommodation Furniture.
CPV codes applicable to this contract are:
39157000 - Parts of furniture
7520991354683 - BOX, DOCUMENT
Lot value (estimated)
- £1,077,000 excluding VAT
- £1,292,400 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
2
Maximum percentage fee charged to suppliers
0%
Framework operation description
Price must be Firm for the first 12 Months with a Variantion of Price clause being applied for Years 2 to 4.
As this is up to 2 Single Operator Framework Agreements 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
Submission
Enquiry deadline
12 November 2025, 4:00pm
Submission type
Requests to participate
Deadline for requests to participate
24 November 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 IRM24/7671
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 February 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Pricing | As detail in the Invitation to Tender |
Price | 60% |
| Technical | As detail in the Invitation to Tender |
Quality | 40% |
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:
The 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 conditions of participation.
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
Framework Agreement(s) will be awarded to the bidder(s) who submits the most advantageous tender per Lot.
Evaluation will consider:
Pricing and supply details for the items as specified in the tender.
Responses to the Technical Capability Questions:
• Supply Chain Management
• Contract Coverage
• Controlling Price
• Controlling Lead Times
• Managing Availability
• Delivery Excellence
• Counterfeit Management
• Obsolescence
Product Evaluation Phase:
The sample shall be verified against the specification for compliance.
Babcock Land Defence Limited reserve the right to add further items of a similar nature to the
Framework Agreement post award, following Request for Quotations (RFQ).
Contracting authority
Ministry of Defence
- Public Procurement Organisation Number: PHVX-4316-ZVGZ
B15 Donnington
Telford
TF2 8JT
United Kingdom
Region: UKG21 - Telford and Wrekin
Organisation type: Public authority - central government