Construction Tenders

Sun July 07 2024

Related Information

Construction Contract Leads

West Midlands

Category Goods

Type

No. of Lots 1

Status Active

Published 30th Nov 2023

Tender Details
Referenceocds-h6vhtk-041de0
Common Procurement VocabularyHand tools
Procurement MethodRestricted procedure
Value£60,000,000
« Previous Page

West Midlands

Category Goods

Type

No. of Lots 1

Status Active

Published 30th Nov 2023

Tender Details
Referenceocds-h6vhtk-041de0
Common Procurement VocabularyHand tools
Procurement MethodRestricted procedure
Value£60,000,000

Section I: Contracting authority

I.1) Name and addresses

Babcock Land Defence Limited

Building B15, MoD Donnington

Telford

TF2 8JT

Email

andrew.johnson1 [at] babcockinternational.com

Country

United Kingdom

NUTS code

UKG21 - Telford and Wrekin

Internet address(es)

Main address

www.babcockinternational.com

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.contracts.mod.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.contracts.mod.uk

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

I.5) Main activity

Defence


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

IRM23/7640 - THE SUPPLY OF HAND TOOLS, POWER TOOLS, PNEUMATIC TOOLS & ASSOCIATED ITEMS

Reference number

IRM23/7640

II.1.2) Main CPV code

  • 44511000 - Hand tools

II.1.3) Type of contract

Supplies

II.1.4) Short description

Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence ("the Authority") has under consideration a Multi Supplier Framework Agreement for the Supply of Hand Tools, Power Tools, Pneumatic Tools and Associated Items with a duration of 3 Years with 1 Option Year.

This Contract is intended to include circa 4k items identified as being in scope.

The advertised contract value is £60 million including the Option Year.

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 in accordance with designated Manufacturers/Supplier and Manufacturer’s Part Number (MPN).

The Contract shall be awarded to up to four (4) compliant Bidders who provide the most economically advantageous tender based on the basket of goods provided in Annex A to Schedule 2 - Price List and responses to the Social Values and Quality questions.

Babcock Land Defence Limited reserve the right to add further items of a similar nature to the contract post award (over and above those items envisaged to be added at Contract Award). Additional items will be added to resultant contract(s) following mini competitions between those Suppliers admitted to the framework(s) full details of how this will operate will be detailed within the tender documents.

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.

The Contractor shall hold and maintain UKAS Accredited ISO 9001:2015 or equivalent certification at no additional expense to the Authority. The Authority is to be informed within 10 working days of any changes to certification, including changes to scope of activity during this period.

The Authority shall award the Contract in accordance with the evaluation criteria which will be detailed in the Invitation To Tender (ITT).

Expressions of interest to participate in this requirement are to be submitted on the 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, economic operators who will be invited to tender, only those suppliers who provide all mandatory information and are not subject to a mandatory exclusion.

II.1.5) Estimated total value

Value excluding VAT: £60,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKG21 - Telford and Wrekin

II.2.4) Description of the procurement

This Contract is intended to be 3 years plus 1 option year in duration and to include circa of up to 4k

items identified as being in scope for the Supply of Hand Tools, Power Tools, Pneumatic Tools and Associated Items with an advertised contract

value of £60 million.

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 in accordance with designated Manufacturers/Supplier and Manufacturer’s Part Number (MPN).

The Contract shall be awarded to up to four (4) compliant Bidders who provide the most economically advantageous tender based on the basket of goods provided in Annex A to Schedule 2 - Price List and responses to the Social Values and Quality questions.

Provided below are some examples of the types of items that may form part of this requirement.

The Authority reserve the right to remove any of these example NSNs from the tender, as the final list of

NSNs will be made available at the ITT stage.

5345992466307 DISK,ABRASIVE

5180993007538 TOOL KIT,FASTENER EXTRAC

7910251508839 CLEANER, VACUUM, PNEUMATIC:

5120999159228 TOOL CRIMPING

6060998735974 SPLICE

4940009961566 MIXER,LQD,REVOLVING HEAD

5120999106325 HANDLE,SOCKET WRENCH

5133991206576 DRILL,MASONRY,ROTARY

5120999106060 KEY,SOCKET HEAD SCREW

5180997888498 TOOL KIT,FASTNR EXTRACTN

5915998345156 POWER SMOOTHING UNIT

5140993028241 MOBILE WORK BENCH

5120001174563 DIE,CRIMPING TOOL

5120998920014 CRIMPING KIT,ELECTRICAL

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £60,000,000

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.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

3 Years with 1 Option Year

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 several operators

Envisaged maximum number of participants to the framework agreement: 4

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

12 January 2024

Local time

4:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

26 January 2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


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

Babcock Land Defence Limited

Building B15, MoD Donnington

Telford

TF2 8JT

Country

United Kingdom