Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-026696/EN)
Nature of contract:
Procedure: Not applicable
Contract notice
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence
Building B15, MoD Donnington
Telford
Postal code: TF2 8JT
United Kingdom
For the attention of: Jonathan Bamford
Email: IRMProcurementRepairTeam@babcockinternational.com
Internet Address(es):
General address of the contracting authority: www.Contracts.mod.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity: IRM22/7608 – The Repair of Engines, Engine Groups, Powerpacks and Associated Assemblies.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 1: Maintenance and repair services
Nuts code:
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Information on framework agreement
II.1.5) Short description of the specific contract:Babcock Land Defence Limited, Acting as Agent on behalf of the UK MOD, intends to initiate a Restricted Competitive procurement for a 36 month (3 year) contract including a further 24 month (2 year) option periods for the repair of Engines, Engine Groups and Power Packs and Associated Assemblies. The Authority platforms in the scope of this requirement are Bulldog, Viking, Beach Recovery Vehicle, BV206, AS90, Pinzgauer, Jackal, Panther, Land Rover and Quad Bike.
II.1.6) Common procurement vocabulary (CPV): 50116000, 50116000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Babcock Land Defence Limited, Acting as Agent on behalf of the UK MOD, intends to initiate a Restricted Competitive procurement for a 36 month (3 year) contract including a further 24 month (2 year) option periods for the repair of Engines, Engine Groups, Power Packs and Associated Assemblies. This Restricted Competitive Procurement includes but is not limited to the Articles detailed within the lotting strategy published within the Contract Notice and PQQ on the Defence Sourcing Portal (DSP) at
The Authority platforms in scope of this requirement are Bulldog, Viking, Beach Recovery Vehicle, BV206, AS90, Pinzgauer, Jackal, Panther, Land Rover and Quad Bike.
Prospective contractors are required to hold Quality Management System certification to ISO9001:2015 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. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2110.
The successful contractor(s) will be required to supply all spares/components necessary to the OEM specification in order to undertake the repair/remanufacturing process. Successful contractor(s) will be expected to arrange the subsequent packaging to appropriate Military Packing Levels as defined by the Authority within any resultant contract using an MPAS accredited provider and deliver articles to the Authority post completion of remanufacture.
Babcock Land Defence Limited reserve the right to add further items of a similar nature to the contract post award. The successful contractor(s) will be required to overhaul/repair Articles to OEM specifications with an accompanying Certificate of Conformance detailing results of any applicable output tests.
The Authority is unable to provide drawings and/or associated specifications as part of any eventual Invitation to Tender (ITT).
To respond to this opportunity suppliers must read through this notice and complete the associated Pre-Qualification Questionnaire (PQQ). The PQQ shall be assessed using the selection criteria given within the PQQ and within each question. It is the intention of the Authority to down select and Invite to Tender only those economic operators who successfully complete the PQQ, provide all mandatory information and are not subject to any mandatory exclusion.
Risk Assessment Ref: RAR- 686399458
The requirement will be lotted by platform and it is the Authority’s intention to award a framework agreement to the successful Tenderer for each lot based upon the relevant Tender responses.
Estimated value excluding VAT:
Range: between 21000000.00 and 30790000.00 GBP
II.2.2) Information about options:
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion
Duration in months: 60 (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:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
– Browse to the eSourcing Portal
– Click the “Click here to register” link
– Accept the terms and conditions and click “continue”
– Enter your correct business and user details
– Note the username you chose and click “Save” when complete
– You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
– Login to the portal with the username/password
– Click the “PQQs Open to All Suppliers” link. (These are Pre-Qualification Questionnaires open to any registered supplier)
– Click on the relevant PQQ to access the content.
– Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
– This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
– Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
– You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
– You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
– Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
– There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2) Economic and financial ability
Minimum level(s) of standards possibly required:
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Minimum level(s) of standards possibly required:
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession:
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service:
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: 4 and maximum number
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
IV.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU:2022/S 000-035935of20.12.2022
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
11.10.2023 – 18:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
In days:
IV.3.8) Conditions for opening of tenders
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
Please visit www.contracts.mod.uk for full details and to register your interest in this procurement.
VI.4) Procedures for appeal
VI.5) Date of dispatch of this notice:
8.9.2023