Tender

IRM21/7587 - The Supply of Fabricated Parts

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

09 Dec 2021 at 18:24

Summary of the contracting process

The Ministry of Defence is initiating a procurement process titled "IRM21/7587 - The Supply of Fabricated Parts," aimed at establishing a 7-year multi-supplier Framework Agreement to support the UK MoD's vehicle fleet. The procurement is classified under military vehicle parts and has an estimated contract value between £15 million and £20 million. This selective procurement process is currently in the planning stage, with a tender submission deadline set for 19 January 2022. The contract period is expected to commence on 1 June 2022 and conclude on 31 May 2029. Bidders will need to demonstrate compliance with NATO Stock Numbers and applicable standards as outlined in the tender documentation.

This tender presents significant opportunities for businesses specialising in the supply of military vehicle components and fabrication services. Companies that can meet the compliance standards expected by the Ministry of Defence, particularly those with experience in handling complex supply chains and delivering high-quality manufactured parts, would be well-positioned to compete. Given the structured approach to awarding contracts through mini-competitions during the contract period, this procurement process offers avenues for smaller and medium-sized enterprises to engage with the UK government and expand their business horizons in the defence sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

IRM21/7587 - The Supply of Fabricated Parts

Notice Description

Babcock Land Defence Ltd - acting as agent to the UK MoD ("the Authority") - has under consideration a 7 year multi-supplier Framework Agreement for the Supply of Fabricated Parts. 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 which comply with the requirements of CSIS (the Codification Support Information Systems maintained by the United Kingdom National Codification Bureau). This Contract is intended to include c.1100 items identified as being fabricated parts supporting UK MoD's vehicle fleet with an advertised contract value of between PS15 million and PS20 million. The Contract shall be awarded to the 4 bidders who provide the most economically advantageous tenders based on the basket of goods provided in Annex A to Schedule 2 - Price List and responses to the Obsolescence, Quality and Social Values questions. The basket of goods provided within Annex A to Schedule 2 - Price List, represents 200 items which account for over 30% of forecast value for the Contract. It is anticipated that the remaining 70% of forecast items by volume and value, which are all aligned to the scope and characteristics of this Contract, will be added to Contract via a satisfactory RFQ process with the successful bidders in 2 phases following Contract Award. The Phased approach is below: Phase 1: c200 NSNs Phase 2: c700 NSNs Phase 3: c200 NSNs Total: c1100 NSNs Bidders shall submit pricing for a minimum of 80% of items released in phase 1. During the course of the Contract Babcock Land Limited acting on behalf the Authority may raise orders for contracted items in one of 2 ways: - Direct award - Purchase Order raised using information contained within the Contract pricing schedule; or - Mini competition - a further competition will be run at the Authority's discretion between the Framework Contractors to re-compete items already on Contract. Mini competitions may be run for a variety of reasons including but not limited to; to reflect a changing economic climate, to realise the benefits of volume commitments etc.. - Framework Contractors shall only be allowed to submit bids for those items which they already hold a valid price with Annex A to Schedule 2 of the Contract. - The award criteria under mini-competitions will be lowest price. Bidders should note that prices submitted as part of a mini competition should not exceed those which are already in the Contract pricing schedule but can be lower. Babcock Land Defence Ltd 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 to contract in Phases 1 & 2 identified above. Any resulting contract shall contain a set of Key Performance Indicators to measure performance in areas such as delivery and quality.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-87f1801d-a2b0-436b-80af-cfce198ade38
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/59b899e2-86c3-4162-a8f8-4392cb061fae
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment


CPV Codes

35420000 - Parts of military vehicles

Notice Value(s)

Tender Value
£20,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Dec 20214 years ago
Submission Deadline
19 Jan 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 May 2022 - 31 May 2029 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Louise Davis
Contact Email
louise.davis@babcockinternational.com
Contact Phone
Not specified

Buyer Location

Locality
TELFORD
Postcode
TF2 8JT
Post Town
Telford
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG2 Shropshire and Staffordshire
Small Region (ITL 3)
TLG21 Telford and Wrekin
Delivery Location
TLG West Midlands (England)

Local Authority
Telford and Wrekin
Electoral Ward
Donnington
Westminster Constituency
The Wrekin

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-87f1801d-a2b0-436b-80af-cfce198ade38-2021-12-09T18:24:28Z",
    "date": "2021-12-09T18:24:28Z",
    "ocid": "ocds-b5fd17-87f1801d-a2b0-436b-80af-cfce198ade38",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_293622/1021067",
        "title": "IRM21/7587 - The Supply of Fabricated Parts",
        "description": "Babcock Land Defence Ltd - acting as agent to the UK MoD (\"the Authority\") - has under consideration a 7 year multi-supplier Framework Agreement for the Supply of Fabricated Parts. 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 which comply with the requirements of CSIS (the Codification Support Information Systems maintained by the United Kingdom National Codification Bureau). This Contract is intended to include c.1100 items identified as being fabricated parts supporting UK MoD's vehicle fleet with an advertised contract value of between PS15 million and PS20 million. The Contract shall be awarded to the 4 bidders who provide the most economically advantageous tenders based on the basket of goods provided in Annex A to Schedule 2 - Price List and responses to the Obsolescence, Quality and Social Values questions. The basket of goods provided within Annex A to Schedule 2 - Price List, represents 200 items which account for over 30% of forecast value for the Contract. It is anticipated that the remaining 70% of forecast items by volume and value, which are all aligned to the scope and characteristics of this Contract, will be added to Contract via a satisfactory RFQ process with the successful bidders in 2 phases following Contract Award. The Phased approach is below: Phase 1: c200 NSNs Phase 2: c700 NSNs Phase 3: c200 NSNs Total: c1100 NSNs Bidders shall submit pricing for a minimum of 80% of items released in phase 1. During the course of the Contract Babcock Land Limited acting on behalf the Authority may raise orders for contracted items in one of 2 ways: - Direct award - Purchase Order raised using information contained within the Contract pricing schedule; or - Mini competition - a further competition will be run at the Authority's discretion between the Framework Contractors to re-compete items already on Contract. Mini competitions may be run for a variety of reasons including but not limited to; to reflect a changing economic climate, to realise the benefits of volume commitments etc.. - Framework Contractors shall only be allowed to submit bids for those items which they already hold a valid price with Annex A to Schedule 2 of the Contract. - The award criteria under mini-competitions will be lowest price. Bidders should note that prices submitted as part of a mini competition should not exceed those which are already in the Contract pricing schedule but can be lower. Babcock Land Defence Ltd 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 to contract in Phases 1 & 2 identified above. Any resulting contract shall contain a set of Key Performance Indicators to measure performance in areas such as delivery and quality.",
        "datePublished": "2021-12-09T18:24:28Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35420000",
            "description": "Parts of military vehicles"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "TF2 8JT"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 15000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 20000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2022-01-19T16:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-06-01T00:00:00+01:00",
            "endDate": "2029-05-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/59b899e2-86c3-4162-a8f8-4392cb061fae",
                "datePublished": "2021-12-09T18:24:28Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-191887",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "I&RM, BUILDING B15, MoD DONNINGTON",
                "locality": "TELFORD",
                "postalCode": "TF2 8JT",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Louise Davis",
                "email": "louise.davis@babcockinternational.com"
            },
            "details": {
                "url": "http://www.babcockinternational.com"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-191887",
        "name": "Ministry of Defence"
    }
}