Construction Contract Leads
West Midlands
Category Goods
Type
No. of Lots 2
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04e4d3 |
Common Procurement Vocabulary | Construction materials |
Procurement Method | Restricted procedure |
Value | £3,500,000 |
West Midlands
Category Goods
Type
No. of Lots 2
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04e4d3 |
Common Procurement Vocabulary | Construction materials |
Procurement Method | Restricted procedure |
Value | £3,500,000 |
Section I: Contracting authority
I.1) Name and addresses
Ministry of Defence
Building B15, MoD Donnington
Telford
TF2 8JT
Contact
Lori Evans
Lori.Evans [at] babcockinternational.com
Country
United Kingdom
NUTS code
UKG21 - Telford and Wrekin
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
The Supply of Defence Stores
Reference number
IRM24/7691
II.1.2) Main CPV code
- 44110000 - Construction materials
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 4 Year Framework Agreement with 2 Lots and up to 2 Single Suppliers for the Supply of Defence Stores.
Lot 1 - Barbed Wire and Associated Items
Lot 2 - Defence Stores
This Contract is intended to include 30 items identified as being in scope.
The advertised contract value is £3.5 Million with no Option Years.
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 CSIS Manufacturer’s Part Number (MPN), CSIS Specifications and Drawings.
The Contract shall be awarded to up to two (2) 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 Value 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).
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 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 will work with the winning bidder(s) to develop a Social Values KPI based on their tender response.
The Authority shall award the Contract in accordance with the evaluation criteria which will be detailed in the Invitation To Tender (ITT).
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.
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 Pre-Qualification Questionnaire (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.
Contract name: IRM24/7691
Risk Assessment Ref: RAR-250218B03
Cyber Risk Profile: Very Low
II.1.5) Estimated total value
Value excluding VAT: £3,500,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 - Barbed Wire and Associated Items
Lot 2 - Defence Stores
II.2) Description
II.2.1) Title
Barbed Wire and Associated Items
Lot No
1
II.2.2) Additional CPV code(s)
- 44312300 - Barbed wire
II.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
II.2.4) Description of the procurement
Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence ("the Authority") has under consideration a 4 Year Framework Agreement with 2 Lots and up to 2 Single Suppliers for the Supply of Defence Stores.
Lot 1 - Barbed Wire and Associated Items
Lot 2 - Defence Stores
This Contract is intended to include 30 items identified as being in scope.
The advertised contract value is £3.5 Million with no Option Years.
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.
Lot 1 - Barbed Wire and Associated Items:
F2 5660992853957 BARBED TAPE,CONCERTINA
F2 5660997748407 BARBED WIRE
II.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 90
Quality criterion - Name: Social Values / Weighting: 10
Quality criterion - Name: Quality Plan / Weighting: Pass/Fail
Price - Weighting: 90
II.2.6) Estimated value
Value excluding VAT: £1,500,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As set out in the PQQ
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) Description
II.2.1) Title
Defence Stores
Lot No
2
II.2.2) Additional CPV code(s)
- 43611200 - Industrial drill bits
- 44100000 - Construction materials and associated items
- 44111200 - Cement
- 44111700 - Tiles
- 44144000 - Posts
- 44172000 - Sheets (construction)
- 44313100 - Wire-mesh fencing
- 44332000 - Rods (construction)
II.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
II.2.4) Description of the procurement
Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence ("the Authority") has under consideration a 4 Year Framework Agreement with 2 Lots and up to 2 Single Suppliers for the Supply of Defence Stores.
Lot 1 - Barbed Wire and Associated Items
Lot 2 - Defence Stores
This Contract is intended to include 30 items identified as being in scope.
The advertised contract value is £3.5 Million with no Option Years.
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.
Lot 2 - Defence Stores:
F2 9515994368184 STEEL SHEET
NQ 5680999404335 GEOGRID
NQ 5680997379372 CEMENT
NQ 5680992645581 MEMBRANE,GEOTEXTILE
F2 5660995101074 POST
F2 9505992165943 WIRE,NONELECTRICAL
F2 5680992003622 DOG,TIMBER
F2 5680992003623 DOG,TIMBER
F2 5680992003624 DOG,TIMBER
F2 5680992003625 DOG,TIMBER
F2 5680992003621 DOG,TIMBER
NQ 5680993671838 ROADWAY,MEDIUM DUTY PLAS
F2 5306993858223 BOLT
NK 5440991746166 KEEPER,LADDER SECTION
NK 5325999762967 PARTS KIT,FASTENER
NK 5440992171349 PIN ASSEMBLY,RETAINING
NQ 5680999319962 CLAMP JUNCTION
NQ 5680999318951 TUBE JOINT COVER
NQ 5680999318450 END ANCHOR PANEL
NK 5440998440962 HOUSING,LADDER HOOK
NQ 3940991924763 WEBBING ASSEMBLY
NQ 3990997902631 STRAP QUICK RELEASE
NQ 5133123885612 DRILL,MASONRY,POWER HMMR
NQ 5680997021436 MEMBRANE,GEOTEXTILE
NQ 9330998581406 TILE,HONEYCOMB
NQ 3950992011310 HOIST,CHAIN
NQ 5680994551344 GEOGRID
NQ 5680999317030 PIN,SPOOL,RETAINING
II.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 90
Quality criterion - Name: Social Values / Weighting: 10
Quality criterion - Name: Quality Plan / Weighting: Pass/Fail
Price - Weighting: 90
II.2.6) Estimated value
Value excluding VAT: £2,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
As set out in the PQQ
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
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: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
20 March 2025
Local time
4:00pm
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
Ministry of Defence
Building B15, MoD Donnington
Telford
TF2 8JT
lori.evans [at] babcockinternational.com
Country
United Kingdom