Tender

IRM21/7585 - The Supply of Expeditionary Protective Structures and Spares

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

01 Sep 2023 at 09:23

Summary of the contracting process

The Ministry of Defence, acting through Babcock Land Defence Limited, has initiated a selective procurement procedure for the supply of Expeditionary Protective Structures and Spares. The procurement involves a 3-year framework agreement split into two lots: Expeditionary Barriers and Accommodation. The estimated total value of the procurement is £3 million. The tender deadline is October 2, 2023. The contract period is scheduled to begin on December 15, 2023, and run until December 14, 2026. The procurement is classified under protective shelters and is located in the West Midlands, United Kingdom.

This tender opportunity is suitable for small and medium-sized enterprises (SMEs) and businesses with expertise in providing protective shelter solutions. Potential suppliers are required to have ISO 9001:2015 quality management system certification or equivalent. The Ministry of Defence will evaluate tenders based on price competitiveness, social values responses, and quality compliance. Interested parties must express their interest through the Defence Sourcing Portal. Only suppliers meeting all mandatory criteria will be invited to tender. The contract includes Key Performance Indicators for measuring performance in delivery and quality, ensuring a fair evaluation process for interested bidders.

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

IRM21/7585 - The Supply of Expeditionary Protective Structures and Spares

Notice Description

Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence ("the Authority") - has under consideration a 3-Year Framework Agreement for The Supply of Expeditionary Protective Structures & Spares. This requirement will be split in to 2 lots and the intention is to award 2 x Single Operator Frameworks. Lot 1- Expeditionary Barriers 148 NSNs - Est. value PS2.22M Lot 2- Accommodation 24 NSNs - Est. value PS0.78M 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). The Contract(s) will be awarded to the Tenderer(s) 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 Social Values questions and provide a compliant Quality Plan. 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 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 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. Only those suppliers who provide all mandatory information, and are not subject to a mandatory exclusion, will be invited to tender. In accordance with the Government's transparency agenda, the Authority shall publish the Tender and Contract documents online. Prospective contractors are required to hold Quality Management System certification to ISO 9001:2015 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Dynamic Pre-Qualification Questionnaire (DPQQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. Further guidance shall be provided with the ITT. Only those suppliers who provide all mandatory information, and are not subject to a mandatory exclusion, will be invited to tender. 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. Risk Assessment Ref: RAR-619201794 Cyber Risk Profile: N/A

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-c81ee1ac-5682-44c8-8e07-d714d9d3cfc4
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/9b4844f1-d68d-46b1-aa00-452524792a8d
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

45 - Construction work


CPV Codes

45216129 - Protective shelters

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Sep 20232 years ago
Submission Deadline
2 Oct 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
15 Dec 2023 - 14 Dec 2026 3-4 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
Dorota Bilinska-Powrozik
Contact Email
dorota.bilinska-powroznik@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

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-c81ee1ac-5682-44c8-8e07-d714d9d3cfc4-2023-09-01T10:23:19+01:00",
    "date": "2023-09-01T10:23:19+01:00",
    "ocid": "ocds-b5fd17-c81ee1ac-5682-44c8-8e07-d714d9d3cfc4",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_379157/1236411",
        "title": "IRM21/7585 - The Supply of Expeditionary Protective Structures and Spares",
        "description": "Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence (\"the Authority\") - has under consideration a 3-Year Framework Agreement for The Supply of Expeditionary Protective Structures & Spares. This requirement will be split in to 2 lots and the intention is to award 2 x Single Operator Frameworks. Lot 1- Expeditionary Barriers 148 NSNs - Est. value PS2.22M Lot 2- Accommodation 24 NSNs - Est. value PS0.78M 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). The Contract(s) will be awarded to the Tenderer(s) 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 Social Values questions and provide a compliant Quality Plan. 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 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 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. Only those suppliers who provide all mandatory information, and are not subject to a mandatory exclusion, will be invited to tender. In accordance with the Government's transparency agenda, the Authority shall publish the Tender and Contract documents online. Prospective contractors are required to hold Quality Management System certification to ISO 9001:2015 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Dynamic Pre-Qualification Questionnaire (DPQQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. Further guidance shall be provided with the ITT. Only those suppliers who provide all mandatory information, and are not subject to a mandatory exclusion, will be invited to tender. 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. Risk Assessment Ref: RAR-619201794 Cyber Risk Profile: N/A",
        "datePublished": "2023-09-01T10:23:19+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45216129",
            "description": "Protective shelters"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "TF2 8JT"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 3000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2023-10-02T16:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-12-15T00:00:00Z",
            "endDate": "2026-12-14T23:59:59Z"
        },
        "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/9b4844f1-d68d-46b1-aa00-452524792a8d",
                "datePublished": "2023-09-01T10:23:19+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b07005a2-7865-4d20-86d5-5e3047068346",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "3",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fb84bf26-ae14-427b-920f-807dedd5e0e9",
                "format": "application/pdf"
            },
            {
                "id": "4",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/83c7e1b6-1dad-4185-82ff-c092a9dc552a",
                "format": "application/pdf"
            },
            {
                "id": "5",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/0575a6ae-206a-4c08-b7b4-b9e76c86ca85",
                "format": "application/pdf"
            },
            {
                "id": "6",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/078b0c64-1771-4311-a43f-1603708e4d41",
                "format": "application/pdf"
            }
        ]
    },
    "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": "Dorota Bilinska-Powrozik",
                "email": "dorota.bilinska-powroznik@babcockinternational.com"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-182065",
        "name": "Ministry of Defence"
    }
}