Tender

IRM22/7618 - THE SUPPLY OF ELEVATED STRUCTURES EXPEDITIONARY - CF

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

15 Jun 2023 at 10:56

Summary of the contracting process

The Ministry of Defence, represented by Babcock Land Defence Limited, has initiated a tender process for the supply of Elevated Structures Expeditionary under a 3-year Framework Agreement. The tender is for goods in the industry category of scaffolding structures, with a contract value of £250,000. The tender is in the procurement stage of a Restricted procedure and has a tender submission deadline of 17th July 2023. The contracting authority is located in Telford, West Midlands, United Kingdom, and the contract period is set to start on 7th November 2023.

This tender by the Ministry of Defence offers opportunities for businesses interested in supplying Elevated Structures Expeditionary to the military. Companies with Quality Management System certification to ISO 9001:2015 or equivalent standards and relevant expertise in delivering contract requirements are well-suited to compete. The Ministry of Defence emphasises the need for compliance with specified standards and performance metrics for successful contract delivery. Prospective contractors are required to submit expressions of interest through the Defence Sourcing Portal, with evaluation criteria based on quality certifications and social value considerations.

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

IRM22/7618 - THE SUPPLY OF ELEVATED STRUCTURES EXPEDITIONARY - CF

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 Elevated Structures Expeditionary. All items within the scope of requirement are codified to NATO Stock Numbers (NSNs). Tenderers shall be provided with NATO Stock Numbers, any relevant available technical data (to include CSIS MPN's, British Standard Specifications etc.) and shall be informed of any required applicable compliance standards. Tenderers shall be expected to provide items which comply with the requirements of either the provided Specifications or CSIS (the Codification Support Information Systems maintained by the United Kingdom National Codification Bureau). The Contract will be awarded to the Supplier who provides the most economically advantageous tenders based on the basket of goods provided in the Annex A to Schedule 2 - Price List and the responses to the Social Values questions. Babcock Land Defence Limited reserve the right to add further items of a similar nature to the contract post award. Any 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 Please see the complete list on the Supporting Documents tab of the Pre Qualification Questionnaire. All items within the scope of requirement are codified to NATO Stock Numbers (NSNs). 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. 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. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) AQAP 2110 Edition D Version 1. 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-e394c93a-5ba7-4f5e-85ec-84caa969208c
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/29adc494-4de8-4ccc-9523-0f8e0d4f05c0
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

44212317 - Scaffolding structures

Notice Value(s)

Tender Value
£250,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Jun 20232 years ago
Submission Deadline
17 Jul 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
7 Nov 2023 - 6 Nov 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
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

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-e394c93a-5ba7-4f5e-85ec-84caa969208c-2023-06-15T11:56:16+01:00",
    "date": "2023-06-15T11:56:16+01:00",
    "ocid": "ocds-b5fd17-e394c93a-5ba7-4f5e-85ec-84caa969208c",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_364822/1218817",
        "title": "IRM22/7618 - THE SUPPLY OF ELEVATED STRUCTURES EXPEDITIONARY - CF",
        "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 Elevated Structures Expeditionary. All items within the scope of requirement are codified to NATO Stock Numbers (NSNs). Tenderers shall be provided with NATO Stock Numbers, any relevant available technical data (to include CSIS MPN's, British Standard Specifications etc.) and shall be informed of any required applicable compliance standards. Tenderers shall be expected to provide items which comply with the requirements of either the provided Specifications or CSIS (the Codification Support Information Systems maintained by the United Kingdom National Codification Bureau). The Contract will be awarded to the Supplier who provides the most economically advantageous tenders based on the basket of goods provided in the Annex A to Schedule 2 - Price List and the responses to the Social Values questions. Babcock Land Defence Limited reserve the right to add further items of a similar nature to the contract post award. Any 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 Please see the complete list on the Supporting Documents tab of the Pre Qualification Questionnaire. All items within the scope of requirement are codified to NATO Stock Numbers (NSNs). 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. 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. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) AQAP 2110 Edition D Version 1. 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.",
        "datePublished": "2023-06-15T11:56:16+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "44212317",
            "description": "Scaffolding structures"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 250000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2023-07-17T16:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-11-07T00:00:00Z",
            "endDate": "2026-11-06T23:59:59Z"
        },
        "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/29adc494-4de8-4ccc-9523-0f8e0d4f05c0",
                "datePublished": "2023-06-15T11:56:16+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "DRAFT DEFFORM 47",
                "url": "https://www.contracts.mod.uk/esop/ect/filesharing/flist/7804541/0/foldersFilesList.si?reset=true&isOnModification=false&_ncp=1686824325561.47476-2#fh"
            },
            {
                "id": "3",
                "description": "DRAFT SCHEDULES",
                "url": "https://www.contracts.mod.uk/esop/ect/filesharing/flist/7804541/0/foldersFilesList.si?reset=true&isOnModification=false&_ncp=1686824325561.47476-2#fh"
            },
            {
                "id": "4",
                "description": "DRAFT ANNEX A TO SCHEDULE 2",
                "url": "https://www.contracts.mod.uk/esop/ect/filesharing/flist/7804541/0/foldersFilesList.si?reset=true&isOnModification=false&_ncp=1686824325561.47476-2#fh"
            },
            {
                "id": "5",
                "description": "DRAFT TERMS AND CONDITIONS",
                "url": "https://www.contracts.mod.uk/esop/ect/filesharing/flist/7804541/0/foldersFilesList.si?reset=true&isOnModification=false&_ncp=1686824325561.47476-2#fh"
            },
            {
                "id": "6",
                "description": "DSP SUPPLIER USER GUIDE",
                "url": "https://www.contracts.mod.uk/esop/ect/filesharing/flist/7804541/0/foldersFilesList.si?reset=true&isOnModification=false&_ncp=1686824325561.47476-2#fh"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-210196",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Babcock Land Defence Limited, Building B15, MoD Donnington",
                "locality": "Telford",
                "postalCode": "TF2 8JT",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Mrs Kelly Harcourt",
                "email": "kelly.harcourt@babcockinternational.com"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-210196",
        "name": "Ministry of Defence"
    }
}