Notice Information
Notice Title
IRM21/7564 - The Supply of Electrical Consumables and Associated Items
Notice Description
Electronic and electrical spare parts for military vehicles. Electronic and electrical spare parts for military vehicles. Babcock Land Defence Ltd - acting as agent to the UK Ministry of Defence ("the Authority") - has under consideration a 5 year with 1 x 2 year option Multi Supplier Framework Agreement for the Supply of Electrical Consumables and Associated Items. All items within the scope of this procurement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings provided with the tender or supplied compliant to the information available on CSIS Babcock Land Defence Ltd reserve the right to add further items of a similar nature to the contract post 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. Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The PQQ shall be assessed on DCO 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 score 15 points or above on the PQQ and only those who provide all mandatory information and are not subject to any mandatory exclusion. Quantity or scope: The requirement will be split into 3 lots with the intention of awarding a Contract for each lot to Multiple Suppliers Lot 1 - Cabling and associated items Lot 2 - Electrical & Electronic Components associated items Lot 3 - Lighting associated items Although the total value of the requirements over a 7 year period has an estimated value of between PS42,000,000 - PS60,000,000; no business whatsoever is guaranteed under any resulting framework agreement or contract that 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 will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.
Lot Information
IRM21/7564 - The Supply of Electrical Consumables and Associated Items
Lot 1 - Cabling and associated items All items within the scope of this procurement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings provided with the tender or supplied compliant to the information available on CSIS Babcock Land Defence Ltd reserve the right to add further items of a similar nature to the contract post award. It will be the intention to add additional items to the resultant contract(s) following mini competitions between those Suppliers admitted to the framework(s). Full details of how this will operate shall be provided within the tender documentation. Quantity or scope: Lot 1 - Cabling and associated items Provided below are some examples of the types of items that may form part of this lot. The Authority reserve the right to remove any of these example NSNs from the tender, as the finalised list of NSNs will be made available at the ITT stage. You can find additional information on these NSNs on the CSIS database (http://www.ncb.mod.uk). 2590995803019 - WIRING HARNESS 5995997923404 - WIRING HARNESS 5995998023642 - CABLE ASSY,SPL PRPS,ELTC 6150991111674 - CABLE ASSY,S/P,ELECT 5995997807105 - WIRING HARNESS 6150997053019 - CABLE ASSEMBLY,SPECIAL P 6150991405043 - WIRING HARNESS 6150997016223 - CABLE ASSEMBLY,SPECIAL P 5995997858794 - WIRING HARNESS 6150992978006 - WIRING HARNESS
IRM21/7564 - The Supply of Electrical Consumables and Associated ItemsLot 2 - Electrical & Electronic Components and associated items All items within the scope of this procurement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings provided with the tender or supplied compliant to the information available on CSIS Babcock Land Defence Ltd reserve the right to add further items of a similar nature to the contract post award. It will be the intention to add additional items to the resultant contract(s) following mini competitions between those Suppliers admitted to the framework(s). Full details of how this will operate shall be provided within the tender documentation. Quantity or scope: Lot 2 - Electrical & Electronic Components and associated items Provided below are some examples of the types of items that may form part of this lot. The Authority reserve the right to remove any of these example NSNs from the tender, as the finalised list of NSNs will be made available at the ITT stage. You can find additional information on these NSNs on the CSIS database (http://www.ncb.mod.uk). 6135994954750 - BATTERY,NONRECHARGEABLE 6350998385025 - SNSNG ELEMT,FIRE DET SYS 5930015721373 - SWITCH,THERMOSTATIC 6625996685893 - ACCESSORY KIT,ELECTRICAL 6135016263219 - BATTERY,NONRECHARGEABLE 5915410001171 - FILTER,RADIO FREQUENCY 5999015570172 - ACCESSORY KIT,ELECT EQPT 7025123890299 - INTERFACE UNIT,ADP 5930015664464 - SWITCH,TOGGLE 5930006871960 - SWITCH,TOGGLE
IRM21/7564 - The Supply of Electrical Consumables and Associated ItemsLot 3 - Lighting and associated items All items within the scope of this procurement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings provided with the tender or supplied compliant to the information available on CSIS Babcock Land Defence Ltd reserve the right to add further items of a similar nature to the contract post award. It will be the intention to add additional items to the resultant contract(s) following mini competitions between those Suppliers admitted to the framework(s). Full details of how this will operate shall be provided within the tender documentation. Quantity or scope: Lot 3 - Lighting and associated items Provided below are some examples of the types of items that may form part of this lot. The Authority reserve the right to remove any of these example NSNs from the tender, as the finalised list of NSNs will be made available at the ITT stage. You can find additional information on these NSNs on the CSIS database (http://www.ncb.mod.uk). 6220995172089 - STOP LIGHT-TAILLIGHT,VEH 6220998034119 - LIGHT,UTILITY,VEHICULAR 6210997253963 - LIGHT,BEACON 6220998376983 - LIGHTING SET 6220996139605 - STOP LIGHT-TAILLIGHT 6220997014098 - HEADLIGHT 6220997836158 - LIGHT,WARNING,VEHICULAR 6230991476426 - LENS SET,SEARCHLIGHT 6220997931594 - LENS,LIGHT 6240997814228 - LIGHT,FLUORESCENT
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-029a57
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004838-2021
- 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
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35422000 - Electronic and electrical spare parts for military vehicles
Notice Value(s)
- Tender Value
- £60,000,000 £10M-£100M
- Lots Value
- £60,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 10 Mar 20214 years ago
- Submission Deadline
- 12 Apr 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MOD DONNINGTON
- Contact Name
- Carol Jones
- Contact Email
- carol.jones@babcockinterntional.com
- Contact Phone
- +44 1952967363
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
- TLG21 Telford and Wrekin
-
- Local Authority
- Telford and Wrekin
- Electoral Ward
- Donnington
- Westminster Constituency
- The Wrekin
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-029a57-2021-03-10T14:24:02Z",
"date": "2021-03-10T14:24:02Z",
"ocid": "ocds-h6vhtk-029a57",
"description": "The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification. https://www.gov.uk/government/publications/government-security-classifications Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.dcocontracts.mod.uk GO Reference: GO-2021310-DCB-17909013",
"initiationType": "tender",
"tender": {
"id": "IRM20/7547",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "IRM21/7564 - The Supply of Electrical Consumables and Associated Items",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "35422000",
"description": "Electronic and electrical spare parts for military vehicles"
},
"mainProcurementCategory": "goods",
"additionalClassifications": [
{
"scheme": "TED_TYPE_SUPPLIES_CONTRACT",
"id": "PURCHASE",
"description": "Purchase"
}
],
"description": "Electronic and electrical spare parts for military vehicles. Electronic and electrical spare parts for military vehicles. Babcock Land Defence Ltd - acting as agent to the UK Ministry of Defence (\"the Authority\") - has under consideration a 5 year with 1 x 2 year option Multi Supplier Framework Agreement for the Supply of Electrical Consumables and Associated Items. All items within the scope of this procurement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings provided with the tender or supplied compliant to the information available on CSIS Babcock Land Defence Ltd reserve the right to add further items of a similar nature to the contract post 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. Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The PQQ shall be assessed on DCO 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 score 15 points or above on the PQQ and only those who provide all mandatory information and are not subject to any mandatory exclusion. Quantity or scope: The requirement will be split into 3 lots with the intention of awarding a Contract for each lot to Multiple Suppliers Lot 1 - Cabling and associated items Lot 2 - Electrical & Electronic Components associated items Lot 3 - Lighting associated items Although the total value of the requirements over a 7 year period has an estimated value of between PS42,000,000 - PS60,000,000; no business whatsoever is guaranteed under any resulting framework agreement or contract that 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. Bidders should take part in this process only on the basis that they fully understand and accept this position.",
"value": {
"currency": "GBP",
"amount": 60000000
},
"minValue": {
"amount": 42000000,
"currency": "GBP"
},
"hasOptions": true,
"options": {
"description": "1 x 2 year option"
},
"hasRenewal": false,
"contractPeriod": {
"durationInDays": 1800
},
"lots": [
{
"id": "1",
"title": "IRM21/7564 - The Supply of Electrical Consumables and Associated Items",
"description": "Lot 1 - Cabling and associated items All items within the scope of this procurement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings provided with the tender or supplied compliant to the information available on CSIS Babcock Land Defence Ltd reserve the right to add further items of a similar nature to the contract post award. It will be the intention to add additional items to the resultant contract(s) following mini competitions between those Suppliers admitted to the framework(s). Full details of how this will operate shall be provided within the tender documentation. Quantity or scope: Lot 1 - Cabling and associated items Provided below are some examples of the types of items that may form part of this lot. The Authority reserve the right to remove any of these example NSNs from the tender, as the finalised list of NSNs will be made available at the ITT stage. You can find additional information on these NSNs on the CSIS database (http://www.ncb.mod.uk). 2590995803019 - WIRING HARNESS 5995997923404 - WIRING HARNESS 5995998023642 - CABLE ASSY,SPL PRPS,ELTC 6150991111674 - CABLE ASSY,S/P,ELECT 5995997807105 - WIRING HARNESS 6150997053019 - CABLE ASSEMBLY,SPECIAL P 6150991405043 - WIRING HARNESS 6150997016223 - CABLE ASSEMBLY,SPECIAL P 5995997858794 - WIRING HARNESS 6150992978006 - WIRING HARNESS",
"value": {
"amount": 28000000,
"currency": "GBP"
},
"minimumValue": {
"amount": 20000000,
"currency": "GBP"
}
},
{
"id": "2",
"title": "IRM21/7564 - The Supply of Electrical Consumables and Associated Items",
"description": "Lot 2 - Electrical & Electronic Components and associated items All items within the scope of this procurement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings provided with the tender or supplied compliant to the information available on CSIS Babcock Land Defence Ltd reserve the right to add further items of a similar nature to the contract post award. It will be the intention to add additional items to the resultant contract(s) following mini competitions between those Suppliers admitted to the framework(s). Full details of how this will operate shall be provided within the tender documentation. Quantity or scope: Lot 2 - Electrical & Electronic Components and associated items Provided below are some examples of the types of items that may form part of this lot. The Authority reserve the right to remove any of these example NSNs from the tender, as the finalised list of NSNs will be made available at the ITT stage. You can find additional information on these NSNs on the CSIS database (http://www.ncb.mod.uk). 6135994954750 - BATTERY,NONRECHARGEABLE 6350998385025 - SNSNG ELEMT,FIRE DET SYS 5930015721373 - SWITCH,THERMOSTATIC 6625996685893 - ACCESSORY KIT,ELECTRICAL 6135016263219 - BATTERY,NONRECHARGEABLE 5915410001171 - FILTER,RADIO FREQUENCY 5999015570172 - ACCESSORY KIT,ELECT EQPT 7025123890299 - INTERFACE UNIT,ADP 5930015664464 - SWITCH,TOGGLE 5930006871960 - SWITCH,TOGGLE",
"value": {
"amount": 17000000,
"currency": "GBP"
},
"minimumValue": {
"amount": 12000000,
"currency": "GBP"
}
},
{
"id": "3",
"title": "IRM21/7564 - The Supply of Electrical Consumables and Associated Items",
"description": "Lot 3 - Lighting and associated items All items within the scope of this procurement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings provided with the tender or supplied compliant to the information available on CSIS Babcock Land Defence Ltd reserve the right to add further items of a similar nature to the contract post award. It will be the intention to add additional items to the resultant contract(s) following mini competitions between those Suppliers admitted to the framework(s). Full details of how this will operate shall be provided within the tender documentation. Quantity or scope: Lot 3 - Lighting and associated items Provided below are some examples of the types of items that may form part of this lot. The Authority reserve the right to remove any of these example NSNs from the tender, as the finalised list of NSNs will be made available at the ITT stage. You can find additional information on these NSNs on the CSIS database (http://www.ncb.mod.uk). 6220995172089 - STOP LIGHT-TAILLIGHT,VEH 6220998034119 - LIGHT,UTILITY,VEHICULAR 6210997253963 - LIGHT,BEACON 6220998376983 - LIGHTING SET 6220996139605 - STOP LIGHT-TAILLIGHT 6220997014098 - HEADLIGHT 6220997836158 - LIGHT,WARNING,VEHICULAR 6230991476426 - LENS SET,SEARCHLIGHT 6220997931594 - LENS,LIGHT 6240997814228 - LIGHT,FLUORESCENT",
"value": {
"amount": 15000000,
"currency": "GBP"
},
"minimumValue": {
"amount": 10000000,
"currency": "GBP"
}
}
],
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UKG21"
}
],
"deliveryLocation": {
"description": "Telford and Wrekin"
}
},
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "35422000",
"description": "Electronic and electrical spare parts for military vehicles"
},
"relatedLot": "1"
},
{
"id": "2",
"classification": {
"scheme": "CPV",
"id": "35422000",
"description": "Electronic and electrical spare parts for military vehicles"
},
"relatedLot": "2"
},
{
"id": "3",
"classification": {
"scheme": "CPV",
"id": "35422000",
"description": "Electronic and electrical spare parts for military vehicles"
},
"relatedLot": "3"
}
],
"submissionTerms": {
"variantPolicy": "notAllowed",
"languages": [
"en"
]
},
"communication": {
"documentAvailabilityPeriod": {
"endDate": "2021-04-01T12:00:00+01:00"
}
},
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender. A full list of the Regulation 23(1) and 23(2) criteria are at http://www.dcocontracts.mod.uk/delta/project/reasonsForExclusion.html#dspr Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "(a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance (b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established This information is required in response to the DPQQ",
"minimum": "This information is required in response to the DPQQ",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "The requirement as stated in the Dynamic PQQ (DPQQ) shall prevail",
"minimum": "The requirement as stated in the Dynamic PQQ (DPQQ) shall prevail.",
"appliesTo": [
"subcontractor"
]
},
{
"type": "technical",
"description": "(a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability (c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where - (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided (j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract (m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority (n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification (o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i) This information is required in response to the DPQQ.",
"minimum": "This information is required in response to the DPQQ.",
"appliesTo": [
"supplier"
]
}
],
"description": "The selection criteria as detailed in the Pre-Qualification Questionnaire shall prevail. Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on https://www.contracts.mod.uk/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the following Access Code: WJJMU26R3W. Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is 12/04/2021 12:00.Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing - support@contracts.mod.uk or call 0800 282 324. Interested suppliers are required to complete the Dynamic Pre-Qualification Questionnaire (DPQQ) to provide the Authority with information to evaluate the supplier's capacity and capability against the selection criteria. The Authority will use the DPQQ response to create a shortlist of tenderers who: (1) are eligible to participate; (2) fulfil any minimum economic, financial, professional and technical standards; and (3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the DPQQ. (4) It is the intention of the authority to down select and invite to tender only those economic operators who score 60% or above on the PQQ and only those who provide all mandatory information and are not subject to any mandatory exclusion."
},
"contractTerms": {
"otherTerms": "Babcock Land Defence Ltd reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, Babcock Land Defence Ltd reserves the right to amend the terms of the Security Aspects Letter to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.",
"financialTerms": "Payment shall follow delivery and acceptance of goods",
"tendererLegalForm": "If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with Babcock Land Defence Ltd. Babcock Land Defence Ltd shall require the group to form a legal entity before entering into the Contract"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted",
"secondStage": {
"minimumCandidates": 20,
"maximumCandidates": 50,
"invitationDate": "2021-05-31T00:00:00+01:00"
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"period": {
"durationInDays": 1825
},
"minimumValue": {
"amount": 42000000,
"currency": "GBP"
},
"value": {
"amount": 60000000,
"currency": "GBP"
}
}
},
"tenderPeriod": {
"endDate": "2021-04-12T12:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-8339",
"name": "MOD Donnington",
"identifier": {
"legalName": "MOD Donnington"
},
"address": {
"streetAddress": "I&RM, Bldg B15",
"locality": "Telford",
"postalCode": "TF2 8JT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Carol Jones",
"telephone": "+44 1952967363",
"email": "carol.jones@babcockinterntional.com"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.babcockinternational.com",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-8319",
"name": "MOD Donnington",
"identifier": {
"legalName": "MOD Donnington"
},
"address": {
"locality": "Telford",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1952967363",
"email": "carol.jones@babcockinternational.com"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-8339",
"name": "MOD Donnington"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:497671-2020:TEXT:EN:HTML"
}
],
"language": "en"
}