Notice Information
Notice Title
IRM20/7549 - The Supply of Route Markings
Notice Description
The Supply of Route markings
Lot Information
Lot 1
Babcock Land Defence Ltd - acting as agent to the UK Ministry of Defence ("the Authority") - has under consideration a 4 year Framework Agreement for the Supply of Route Markings.. 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). Babcock Land Defence Ltd 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. It is the intention of the authority to down select to between 5 and 10 economic operators who will be invited to tender. 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 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. 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 will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02bb4a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013271-2021
- 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 procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
-
- CPV Codes
34928470 - Signage
Notice Value(s)
- Tender Value
- £607,000 £500K-£1M
- Lots Value
- £607,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 11 Jun 20214 years ago
- Submission Deadline
- 12 Jul 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
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Robert Fisher
- Contact Email
- robert.fisher@babcockinternational.com
- Contact Phone
- +44 1952967329
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
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-02bb4a-2021-06-11T22:45:02+01:00",
"date": "2021-06-11T22:45:02+01:00",
"ocid": "ocds-h6vhtk-02bb4a",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02bb4a",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "IRM20/7549 - The Supply of Route Markings",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "34928470",
"description": "Signage"
},
"mainProcurementCategory": "goods",
"description": "The Supply of Route markings",
"value": {
"amount": 607000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Babcock Land Defence Ltd - acting as agent to the UK Ministry of Defence (\"the Authority\") - has under consideration a 4 year Framework Agreement for the Supply of Route Markings.. 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). Babcock Land Defence Ltd 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. It is the intention of the authority to down select to between 5 and 10 economic operators who will be invited to tender. 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 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. 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. Bidders should take part in this process only on the basis that they fully understand and accept this position.",
"value": {
"amount": 607000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 10
},
"selectionCriteria": {
"description": "As detailed in the Pre Qualification Questionnaire"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKG21"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://www.contracts.mod.uk/",
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"tenderPeriod": {
"endDate": "2021-07-12T16:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-19329",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence",
"id": "Building B15 Donnington"
},
"address": {
"streetAddress": "TF2 8JT",
"locality": "Telford",
"region": "UK",
"postalCode": "TF2 8JT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Robert Fisher",
"telephone": "+44 1952967329",
"email": "robert.fisher@babcockinternational.com",
"url": "https://www.contracts.mod.uk/"
},
"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-9468",
"name": "Babcock Land Defence Limited",
"identifier": {
"legalName": "Babcock Land Defence Limited"
},
"address": {
"locality": "Telford",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-19329",
"name": "Ministry of Defence"
},
"language": "en"
}