Type of document: Contract Notice
Country: United Kingdom
1. Title: IRM21/7585 – The Supply of Expeditionary Protective Structures and Spares
2. Awarding Authority:
Ministry of Defence
Building B15, MoD Donnington
Telford
England
TF2 8JT
Contact: Dorota Bilinska-Powrozik
Email: dorota.bilinska-powroznik@babcockinternational.com
Phone:
URL:
3. Contract Type: Products
4. Description: Babcock Land Defence Limited – acting as agent to the UK Ministry of Defence (“the Authority”) – has under consideration a 3-Year Framework Agreement for The Supply of Expeditionary Protective Structures & Spares. This requirement will be split in to 2 lots and the intention is to award 2 x Single Operator Frameworks.
Lot 1- Expeditionary Barriers
148 NSNs – Est. value £2.22M
Lot 2- Accommodation
24 NSNs – Est. value £0.78M
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.
Tenderers shall be expected to provide items which comply with the requirements of CSIS (the Codification Support Information Systems maintained by the United Kingdom National Codification Bureau). The Contract(s) will be awarded to the Tenderer(s) who provide the most economically advantageous tenders based on the basket of goods provided in Annex A to Schedule 2 – Price List and responses to the Social Values questions and provide a compliant Quality Plan. The resulting contract 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.
Babcock Land Defence Limited 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.
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 9001:2015 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. Only those suppliers who provide all mandatory information, and are not subject to a mandatory exclusion, will be invited to tender.
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.
Risk Assessment Ref: RAR-619201794
Cyber Risk Profile: N/A
5. CPV Codes:
45216129 – Protective shelters
6. NUTS Codes: UKG21
7. Main Site or Location of Works, Main Place of Delivery or Main Place of Performance: West Midlands
8. Reference Attributed by the Awarding Authority:
tender_379157/1236411
9. Estimated Value of Requirement: £3,000,000
10. Start Date: 15/12/2023
11. End Date: 14/12/2026
12. Closing Date: 02/10/2023
13. Other Information:
Additional Text
For further information/documentation please visit: