Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 040060/S 000-2026
Nature of contract: Service contract
Procedure: Not specified
Regulation of procurement: Not applicable
Type of bid required: Global bid
UKPGA UK4: Tender Notice
I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Ministry of Defence
National registration number: PHVX-4316-ZVGZ
Postal address: Building B15, Mod Donnington
Town: Telford
Region: Telford and Wrekin
Postal code: TF2 8JT
Country: United Kingdom
Email: Dorota.Bilinska-Powroznik@babcockinternational.com
Internet address
I.3) Communication
Tenders or requests to participate must be submitted
Electronically
via
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 IRM23/7660
I.4) Type of the contracting authority
Public authority – central government
II) Object
II.1.1) Title
The Repair of Operational Infrastructure Equipment
Reference number: IRM26/7660
II.1.3) Type of contract
Services
Special regime
DefenceSecurity
II.1.4) Short description
Babcock Land Defence Limited – acting as agent to the UK Ministry of Defence (“the Authority”) has under consideration a 4 Year plus 2 x 1 Year Options Framework Agreement for The Repair of Operational Hygiene System (OHS) Laundry Transportable, Personal Sanitation Portable (PSP), Operational Field Catering System (OFCS) Equipment. The repair provision is to include all types of repairs on the equipment:
CPV code applicable to this contract is:50532400 – Repair and maintenance services of electrical distribution equipment
This Framework Agreement includes 8 items identified as being in scope:
3510‐99‐908‐6830 OHS Laundry Transportable
5419‐99‐745‐1624 OHS Personnel Sanitation Portable
4520‐12‐368‐4888 Burner Module
7310‐99‐503‐8900 OFCS Oven
6120‐99‐316‐0134 OFCS Power Supply Unit
6110‐99‐684‐4060 OFCS Slave Start Distribution Box
7310‐99‐934‐8969 OFCS Burner C/W Burner Box
4520‐99‐498‐9618 Field Water Heater
The Authority reserves the right to add items of a similar nature during the lifetime of the contract following Request for Quotations (RFQ).
The contract value: £2,747,000.00.
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.
QA standards or equivalent: The contractor shall hold and maintain a certification to ISO 9001:2015 or equivalent quality accreditation to a correct scope relevant to this requirement.
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: IRM23/7660
RAR-VZ9JRJ2
Cyber Risk Profile: Level 0 (basic)
II.1.7) Total value of the procurement
Value (including VAT)
3,296,400
Value (excluding VAT)
2,747,000
Currency
GBP
II.2) Description
II.2.1) Title
Contract/Lot No
1
II.2.2) CPV codes
Main CPV code
50532400
II.2.3) Place of performance
NUTS code
UK – United Kingdom
II.2.5) Award Criteria
Quality
Name: Technical
Weighting: 45
Price
Name: Comercial
Weighting: 55
II.2.6) Estimated Value
Value (excluding VAT)
2,747,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2026-07-07 00:00
End
2030-07-06 23:59
Duration
4 years
Possible extension
2032-07-05 23:59
Extended duration
5 years 11 months 29 days
This contract is subject to renewal
Yes
Description of renewals
4 Year plus 2 x 1 Year Options
II.2.11) Information about options
Options: Yes
Description of options
4 Year plus 2 x 1 Year Options
III) Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.5) Information about reserved contracts
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons
IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive flexible procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement
Yes
IV.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at
The Authority intends to conduct the procurement in 2 stages. Stage 1 is the Procurement Specific Questionnaire, Stage 2 is the issue of the Invitation to Tender
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
A Framework Agreement will be awarded to the bidder who submits the most advantageous tender. Evaluation will consider: Pricing and supply details for the items as specified in the tender. Responses to the Technical Questions:
Compliance to OEM Specification
Initial Set up Times
Turnaround Times
Schedule Adherence
IV.2) Administrative information
IV.2.1) Tender period dates
Estimated award decision date
2026-06-29 23:59
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Deadline for requests to participate
2026-05-26 16:00
VI) Complementary information
Link to source/bidding documents
Conflicts assessment prepared/revised
Yes
VI.5) Date of dispatch of this notice
2026-04-30 15:38