Tender

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

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

30 Nov 2023 at 08:44

Summary of the contracting process

The Ministry of Defence is inviting tenders for the supply of hand tools, power tools, pneumatic tools, and associated items through a Multi Supplier Framework Agreement. The contract is valued at £60 million, with a duration of 3 Years and 1 Option Year. The procurement method is a Restricted procedure, with a tender deadline of January 12, 2024. The contract period is from July 1, 2024, to June 30, 2028, with delivery addresses in West Midlands, United Kingdom.

This tender presents an opportunity for suppliers to secure contracts with the Ministry of Defence, providing items according to specific standards. Small and medium-sized enterprises are encouraged to participate. Businesses in the hand tools industry or related sectors would be well-suited to compete. Successfully appointed suppliers will need to adhere to quality standards and performance indicators outlined in the contract.

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

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

Notice 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 PS60 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 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. 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-941779ad-eeac-4755-bfa7-b28094e0a76c
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/bea48f16-a428-4dbd-aafa-500d4d04007c
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)


CPV Codes

44511000 - Hand tools

Notice Value(s)

Tender Value
£60,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Nov 20232 years ago
Submission Deadline
12 Jan 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2024 - 30 Jun 2028 4-5 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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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-b5fd17-941779ad-eeac-4755-bfa7-b28094e0a76c-2023-11-30T08:44:26Z",
    "date": "2023-11-30T08:44:26Z",
    "ocid": "ocds-b5fd17-941779ad-eeac-4755-bfa7-b28094e0a76c",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_398231/1280893",
        "title": "IRM23/7640 - THE SUPPLY OF HAND TOOLS, POWER TOOL, PNEUMATIC TOOLS & ASSOCIATED ITEMS - CF",
        "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 PS60 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 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. 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.",
        "datePublished": "2023-11-30T08:44:25Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "44511000",
            "description": "Hand tools"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "TF2 8JT"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 60000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2024-01-12T16:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2024-07-01T00:00:00+01:00",
            "endDate": "2028-06-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/bea48f16-a428-4dbd-aafa-500d4d04007c",
                "datePublished": "2023-11-30T08:44:25Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-182065",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Building B15, MoD Donnington",
                "locality": "Telford",
                "postalCode": "TF2 8JT",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Andy Johnson",
                "email": "andrew.johnson1@babcockinternational.com",
                "telephone": "01952 967357"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-182065",
        "name": "Ministry of Defence"
    }
}