CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 050-091544/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Babcock DSG Limited
Postal address: Building B15, MOD Donnington
Town: Telford
Postal code: TF2 8JT
Country: United Kingdom
Contact Person: Lauren Smith
Telephone: +44 1952673930
Email: Lauren.Smith2@babcockinternational.com
Nuts code: UKG21
Internet address(es):
Main address:

I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
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: The Supply of Spares in Support of Water Supply and Distribution Equipment.

Reference number: IRM16/1278
II.1.2) Main CPV code: 65110000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The supply of spares in support of the water supply and distribution equipment currently in service with the UK MOD.
II.1.5) Estimated total value:
Value excluding VAT: 906000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKG21
Main site or place of performance:
Telford and Wrekin.

II.2.4) Description of the procurement:
Babcock DSG Limited acting on behalf of the Authority has under consideration a 4 year Framework Agreement for the Supply of Spares in Support of the Water Supply and Distribution Equipment currently in service with the UK MOD.
All items within the scope of requirement are codified to NATO Stock Numbers. Tenderers shall be invited to submit bids for ISIS compliant parts; further details can be found on the ISIS/UKNCB website. The Authority shall not issue drawings in connection with this requirement. Babcock DSG 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 the DCO by completing the PQQ. The PQQ shall be assessed on the DCO 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. Access to the PQQ requires a code, which can be found at VI.3.
In accordance with the Government’s transparency agenda, the Authority shall publish the Tender and Contract documents online. Further guidance shall be provided with the ITT.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 906000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 10
Objective criteria for choosing the limited number of candidates: A Pre-Qualification Questionnaire will be used to down select candidates.

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.2.14) Additional information: No business is guaranteed under any resulting framework agreement or contract. There is no guarantee any framework agreement or contract will be placed 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.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:The requirement as stated in the DPQQ will prevail.
III.1.2) Economic and financial standing
List and brief description of selection criteria: The requirement as stated in the DPQQ will prevail.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: The requirement as stated in the DPQQ will prevail.

III.2.2) Contract performance conditions: Any resulting Framework Agreement shall contain a set of Key Performance Indicators to measure performance areas such as delivery and quality, and will contain remedies for poor performance. Full details of the KPIs shall be contained within the tender documents.

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: 2017-04-10 Local time: 15:00
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
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 523BS35633.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-201739-DCB-9759786.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Babcock DSG Limited
Postal address: Building B15, MOD Donnington
Town: Telford
Postal code: TF2 8JT
Country: United Kingdom
VI.5) Date of dispatch of this notice:2017-03-09

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking