Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-006031/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Babcock Land Defence Limited
Postal address: Building B15, MoD Donnington,
Town: Telford
Postal code: TF2 8JT
Country: United Kingdom
Contact Person: Susan Wright
Email: susan.wright2@babcockinternational.com
Internet address(es):
Main address:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: IRM22/7610 – The Supply of Field Supplies and Associated Items – FTS
Reference number: IRM22/7610
II.1.2) Main CPV code: 44211400
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Babcock Land Defence Ltd – acting as agent to the UK Ministry of Defence (“the Authority”) – has under consideration a 3 year Framework Agreement for the Supply of Field Supplies and Associated Items. 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
Contract name: IRM22/7610
Risk Assessment Ref: RAR-558308073
Cyber Risk Profile: Very Low
II.1.5) Estimated total value:
Value excluding VAT: 8100000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Miscellaneous Field Supplies Items
Lot No:1 – Miscellaneous Field Supplies Items
II.2.2) Additional CPV code(s)
34913000, 35810000, 39221140, 44211400
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Miscellaneous & Individual Equipment & Parts
Refer to Annex A to Schedule 2 for NSN list
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 2950000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Canvas Items & Poles
Lot No:2 -Canvas Items & Poles
II.2.2) Additional CPV code(s)
39522110, 39522530, 44211400
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Tents, Tarpaulins & Associated Items
Refer to the Annex A to Schedule 2 for NSN list
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 745000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Storage Containers & Tote Boxes
Lot No:3 – Storage Containers & Tote Boxes
II.2.2) Additional CPV code(s)
44211400, 44613400
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Storage Containers & Tote Boxes
Refer to Annex A to Schedule 2 for NSN list
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 1360000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Field Water Heater & Food Containers
Lot No:4 – Field Water Heater & Food Containers
II.2.2) Additional CPV code(s)
39221130, 44211400
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Food Containers
Refer to Annex A to Schedule 2 for NSN list
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 1930000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: M6 Cooker & other Fabricated Items
Lot No:5 – M6 Cooker & other Fabricated Items
II.2.2) Additional CPV code(s)
39312000, 44211400
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Food Preparation Equipment
Refer to Annex A to Schedule 2 for NSN list
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 1080000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2023-03-31
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Official name: Babcock Land Defence Limited
Postal address: Building B15, MoD Donnington
Town: Telford
Postal code: TF2 8JT
Country: United Kingdom
VI.5) Date of dispatch of this notice:2023-03-01