Tender

IRM22/7627 - Repair of Various Line Replacement Units and Associated Assemblies Fitted to Various Littoral Platforms

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

02 Jul 2024 at 14:06

Summary of the contracting process

The Ministry of Defence is conducting a tender process for a two-year Framework Agreement with the potential to extend to five years for the repair of various line replacement units and associated assemblies fitted to littoral platforms. The procurement method being used is a selective procedure, with a contract value of £4,500,000 in GBP. The tender period ends on 2nd August 2024, and the contract is expected to start on 6th January 2025, continuing till 5th January 2027. The procurement is classified under repair and maintenance services of security and defence materials, specifically in the West Midlands, United Kingdom.

This tender opportunity by the Ministry of Defence presents a valuable chance for businesses specialising in ISO 9001:2015 quality management systems or suitable alternatives to compete for a significant framework agreement in the security and defence industry. SMEs that can provide the required spares/components and meet the stringent quality assurance standards specified in the tender document are well-suited to take advantage of this opportunity. The buyer, Ministry of Defence, is seeking contractors who can offer repair services to OEM specifications for various defence assets, potentially leading to long-term business growth and collaboration 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

IRM22/7627 - Repair of Various Line Replacement Units and Associated Assemblies Fitted to Various Littoral Platforms

Notice Description

The Ministry of Defence (the Authority), intends to award a two (2) year Framework Agreement with three (3) option years subject to requirement and satisfactory performance, potentially making this a five (5) year Framework Agreement for The Repair of Various Line Replacement Units and Associated Assemblies Fitted to Various Littoral Platforms. These include but are not limited to Articles categorised within the two (2) Lots as detailed in the Lot section of the associated Contract Notice and Pre-Qualification Questionnaire (PQQ) on the Defence Sourcing Portal (DSP) https://www.contracts.mod.uk. The successful contractor(s) will be required to supply all spares/components necessary to undertake the repair/remanufacturing process. Successful contractor(s) will be expected to arrange the subsequent packaging to appropriate Military Packing Levels and deliver articles to the Authority post completion of remanufacture. 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. Babcock Land Defence Limited reserve the right to add further items of a similar nature to the contract post award. The successful contractor(s) will be required to overhaul/repair Articles to OEM specifications with an accompanying Certificate of Conformance detailing results of any applicable output tests. To respond to this opportunity suppliers must read through this notice and complete the associated Pre-Qualification Questionnaire (PQQ). The PQQ shall be assessed using the selection criteria given within the PQQ and within each question. It is the intention of the Authority to down select and Invite to Tender only those economic operators who successfully complete the PQQ, provide all mandatory information and are not subject to any mandatory exclusion. Risk Assessment Ref: RAR-240702B02 Cyber Risk Profile: Very Low

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-e6bea6dc-f944-4ff1-a5c4-ac311b975972
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/bcd56985-d11d-4a20-914d-36d0e81b8468
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

50 - Repair and maintenance services


CPV Codes

50600000 - Repair and maintenance services of security and defence materials

Notice Value(s)

Tender Value
£4,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Jul 20241 years ago
Submission Deadline
2 Aug 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
6 Jan 2025 - 5 Jan 2027 1-2 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-e6bea6dc-f944-4ff1-a5c4-ac311b975972-2024-07-02T15:06:34+01:00",
    "date": "2024-07-02T15:06:34+01:00",
    "ocid": "ocds-b5fd17-e6bea6dc-f944-4ff1-a5c4-ac311b975972",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_443371/1370454",
        "title": "IRM22/7627 - Repair of Various Line Replacement Units and Associated Assemblies Fitted to Various Littoral Platforms",
        "description": "The Ministry of Defence (the Authority), intends to award a two (2) year Framework Agreement with three (3) option years subject to requirement and satisfactory performance, potentially making this a five (5) year Framework Agreement for The Repair of Various Line Replacement Units and Associated Assemblies Fitted to Various Littoral Platforms. These include but are not limited to Articles categorised within the two (2) Lots as detailed in the Lot section of the associated Contract Notice and Pre-Qualification Questionnaire (PQQ) on the Defence Sourcing Portal (DSP) https://www.contracts.mod.uk. The successful contractor(s) will be required to supply all spares/components necessary to undertake the repair/remanufacturing process. Successful contractor(s) will be expected to arrange the subsequent packaging to appropriate Military Packing Levels and deliver articles to the Authority post completion of remanufacture. 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. Babcock Land Defence Limited reserve the right to add further items of a similar nature to the contract post award. The successful contractor(s) will be required to overhaul/repair Articles to OEM specifications with an accompanying Certificate of Conformance detailing results of any applicable output tests. To respond to this opportunity suppliers must read through this notice and complete the associated Pre-Qualification Questionnaire (PQQ). The PQQ shall be assessed using the selection criteria given within the PQQ and within each question. It is the intention of the Authority to down select and Invite to Tender only those economic operators who successfully complete the PQQ, provide all mandatory information and are not subject to any mandatory exclusion. Risk Assessment Ref: RAR-240702B02 Cyber Risk Profile: Very Low",
        "datePublished": "2024-07-02T15:06:34+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50600000",
            "description": "Repair and maintenance services of security and defence materials"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "TF2 8JT"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 4500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2024-08-02T17:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2025-01-06T00:00:00Z",
            "endDate": "2027-01-05T23:59:59Z"
        },
        "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/bcd56985-d11d-4a20-914d-36d0e81b8468",
                "datePublished": "2024-07-02T15:06:34+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-287754",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Ministry of Defence, Babcock Land Defence Limited, Building B15, MOD Donnington",
                "locality": "Telford",
                "postalCode": "TF2 8JT",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "IRMProcurementRepairTeam@babcockinternational.com"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-287754",
        "name": "Ministry of Defence"
    }
}