Type of document: Contract Notice
Country: United Kingdom
UK-Telford: Parts of military vehicles.
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ministry of Defence, DSG, Defence Support Group (DSG)
MOD Donnington, Telford, TF2 8JT, United Kingdom
Tel. +44 1922673906, Email: niki.nye@babcockinternational.com
Contact: Niki Nye
Main Address: www.babcockinternational.com
NUTS Code: UKG21
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Applications must be sent to: As Above
I.2)Type of the contracting authority and main activity or activities:
Ministry or any other national or federal authority, including their regional or local subdivisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entity:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: IRM16/1258 – The Supply of Military Related Spare Parts and Associated Items
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
Region Codes: UKG21 – Telford and Wrekin
II.1.3)Framework agreements: The establishment of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 7
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 347,868 and 869,716
Currency: GBP
II.1.5)Short description of the contract or purchase:
Parts of military vehicles. Babcock DSG Limited acting on behalf of the Authority has under consideration a 7 year Framework Agreement for the supply of military spares which includes but is not limited to the following NSN’s. The Authority may add similar NSN’s to the Framework Agreement if required at a later date during the contract period.
1005999630132 FL 16914 BUFFER, RAMMER
1005999630179 FL 2284 SA CRANK ASSY, HAND
1005999630189 FL 16943 PAD, GEAR RACK STOP
1005999630190 FL 16945 COLLAR, GEAR RACK STOP
1005999630211 FL 16959 LEVER, CHANGE
1005999630242 FL 17028 COVER, SPUR GEARS
1005999630284 FL 17080 CAM, BREECHBLOCK UNLOCKNG
1005999630285 FL 17081 CATCH, UNLOCKING SLIDE
1005999630434 FL 17098 CATCH, GEAR RACK
1005999630435 FL 17102 GUIDE, PLUNGER SPRING
1005999630438 FL 17110 CATCH, LOCKING, PLUNGER
1005999630517 FL 17099 EJECTOR, CARTRIDGE
1005999633208 FL 17382 CAP, VALVE
1005999636016 FL 17539 SHAFT
1005999645587 FL 18328 BUFFER, ROUND RAMMER
1005999645591 FL 18362 DRIVE ROD
1005999645595 FL 18366 BEARING, REAR RAMMER SHFT
1015991969533 FV2193110 TOOL
1015993007257 CM 1601 A TOOL, COMBINATION
2510998203581 EQUILIBRATOR ASSY
2510998250803 BODY, EQUILIBRATOR
2530993420884 SEAL
5315999630027 FL 17006 PIN, STRAIGHT, HEADLESS
5315999630511 FL 17207 PIN, STRAIGHT, HEADLESS
5355999630003 FL 16964 KNOB
5360999629911 FL 17031 SPRING, HELICAL COMPRS
5365998756795 SPACER
5365999629794 FL 16825 RING, EXT THREADED
5945999630212 FL 16960 PLUNGER, SOLENOID
1005992157003 SLIDE ASSY
1005995773161 RETAINER, RAMMER CLAW
1005999630083 GUIDE, ROUND
1005999630230 NUT, COCKING SHAFT
1005999630495 CATCH COVER
1005999651815 COCKING SHIFT ASSY
1005999665569 BODY, ROUND RAMMER
1005997689746 COCKING SLIDE
Expressions of Interest to participate in this requirement are to be submitted on the DCO by completing the DPQQ. The DPQQ shall be assessed on the DCO using the selection criteria given within the DPQQ and within each question. Only those suppliers who provide all mandatory information and are not subject to a mandatory exclusion will be invited to tender. Access to the DPQQ requires a code which can be found at N8ESF8TDWF.
II.1.6)Common Procurement Vocabulary:
35420000 – Parts of military vehicles.
II.1.7)Information about subcontracting:
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed.
II.1.8)Division into lots: No
II.1.9)Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope (including all lots, renewals and options):
Although the total value of the requirements over a 7 year period has an estimated value of between £347,868 to £869,716; no business whatsoever is guaranteed under any resulting 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.
Estimated value excluding VAT:
Range between: 347,868 and 869,716
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The initial contract will be for a 5 year period with a 2 year option in the form of 1 year increments.
II.2.3)Renewals: Yes
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 84 (from the award of the contract)
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed within the PQQ documentation
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed within the PQQ documentation
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into contract.
III.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.
III.1.5) Information about security clearance
Candidates which do not yet hold security clearance may obtain such clearance until: Not Provided
III.2)Conditions For Participation
III.2.1)Economic and financial capacity:
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers.
The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.
Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met:
As detailed within the PQQ documentation.
III.2.2) Economic and financial standing:
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
(c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.
Information and formalities necessary for evaluating if the requirements are met:
As detailed within the PQQ documentation
Minimum level(s) of standards possibly required: (if applicable)
As detailed within the PQQ documentation
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
As detailed within the PQQ documentation
III.2.3) Technical and/or professional capacity:
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
(d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator;
(e) a statement of the economic operator’s: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property;
(f) a check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator’s study and research facilities and quality control measures;
(h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract;
(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;
(l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority;
(m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority;
(n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification;
(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i);
Information and formalities necessary for evaluating if the requirements are met:
As detailed within the PQQ documentation
Minimum level(s) of standards possibly required: (if applicable)
As detailed within the PQQ documentation
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
As detailed within the PQQ documentation
Minimum level(s) of standards possibly required: (if applicable)
As detailed within the PQQ documentation
III.2.4) Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5
IV.2)Award Criteria
IV.2.1)Award criteria:
Lowest price
IV.2.2)An electronic auction will be used: Yes
If yes, additional information about electronic auction
Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: IRM16/1258
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 23/01/2017
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Ministry of Defence, DSG, Defence Support Group (DSG)
Telford, United Kingdom
Body responsible for mediation procedures:
Ministry of Defence, DSG, Defence Support Group (DSG)
MOD Donnington, Telford, United Kingdom
VI.4.2)Procedures for appeal: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, DSG, Defence Support Group (DSG)
MOD Donnington, Telford, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 21/12/2016
ANNEX A