Tender

Supply and Delivery of Compression Ignition Engines to MOD St Athan

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

19 Nov 2021 at 22:45

Summary of the contracting process

The Ministry of Defence is currently inviting tenders for the "Supply and Delivery of Compression Ignition Engines to MOD St Athan". This procurement falls under the goods category and specifically involves the provision of ten training aids related to compression-ignition engines. The tender is actively in the planning stage, with responses required by 21 December 2021. Interested suppliers must utilise the CP&F electronic procurement tool for submissions and payments. The contract is valued at £137,500 and will last for a duration of 360 days.

This tender offers significant opportunities for small and medium enterprises (SMEs) in the engineering and manufacturing sectors, particularly those with experience in providing training aids or similar goods. Suppliers that have robust capabilities in delivering technical equipment and meeting the specified training objectives will be well-positioned to compete. Successful applicants will navigate a pre-qualification questionnaire (PQQ) process, aiming to secure their place among the shortlisted candidates eligible to tender, thereby allowing for potential growth and collaboration with the Ministry of Defence.

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

Supply and Delivery of Compression Ignition Engines to MOD St Athan

Notice Description

The Authority has a one off requirement for the supply and delivery of 10 x Compression Ignition Engine training aids to MOD St Athan. A specification for the Compression Ignition Engines training aids and the training objectives they must meet are detailed in the Statement of Requirements which can be found on the Defence Sourcing Portal (www.contracts.mod.uk)

Lot Information

Lot 1

The Authority has a one off requirement for the supply and delivery of 10 x Compression Ignition Engine training aids to MOD St Athan. A specification for the Compression Ignition Engines training aids and the training objectives they must meet are detailed in the Statement of Requirements which can be found on the Defence Sourcing Portal (www.contracts.mod.uk) Interested suppliers are required to complete the Pre-Qualification Questionnaire (PQQ) to provide the Authority with information to evaluate the supplier's capacity and capability against the selection criteria. The Authority uses the PQQ 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 PQQ. It is the Authority's intention to down select to between approximately 5 and 10 highest scoring suppliers who will be invited to tender providing they meet the overall score of a pass within the PQQ. If a supplier receives a fail to any question within the PQQ, they will automatically fail the evaluation and not be invited to participate further. Pass - A pass mark will be awarded where the potential provider can demonstrate that they have the capability to deliver the subject of this requirement. This will be by the potential provider submitting evidence that they have appropriate knowledge, experience or appropriate current certification in line with the nature of the specific question. Fail - A fail mark will be awarded where the response fails to demonstrate that the potential provider has the appropriate capability to deliver the subject of this requirement. This would be where the potential providers response fails to provide evidence of experience with supply of the appropriate equipment, failure to provide evidence of appropriate certification.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02f8a2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028979-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
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

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products


CPV Codes

34311120 - Compression-ignition engines

39162200 - Training aids and devices

Notice Value(s)

Tender Value
£137,500 £100K-£500K
Lots Value
£137,500 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Nov 20214 years ago
Submission Deadline
21 Dec 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

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Karen Wiley
Contact Email
karen.wiley895@mod.gov.uk
Contact Phone
+44 3001692985

Buyer Location

Locality
WOLVERHAMPTON
Postcode
WV7 3EX
Post Town
Wolverhampton
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG2 Shropshire and Staffordshire
Small Region (ITL 3)
TLG22 Shropshire
Delivery Location
TLL22 Cardiff and Vale of Glamorgan

Local Authority
Shropshire
Electoral Ward
Shifnal South and Cosford
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-h6vhtk-02f8a2-2021-11-19T22:45:04Z",
    "date": "2021-11-19T22:45:04Z",
    "ocid": "ocds-h6vhtk-02f8a2",
    "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. Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall be made via CP&F. You can find details on CP&F at https://www.gov.uk/government/publications/modcontracting-purchasing-and-finance-e-procurement-system. The Cyber Risk Assessment Level for this contract is 'Very Low', reference 724656453. The information and/or documents for this opportunity are available on http://www.contracts.mod.uk. 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 forgotten username/password link on the homepage. The deadline for submitting your response(s) is detailed within this contract notice. Please ensure that you allow yourself plenty of time when responding to this opportunity 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 E-Sourcing Helpdesk using the following contact details: UK HELPDESK: 08000698630 customersupport@jaggaer.com",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02f8a2",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Supply and Delivery of Compression Ignition Engines to MOD St Athan",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "34311120",
            "description": "Compression-ignition engines"
        },
        "mainProcurementCategory": "goods",
        "description": "The Authority has a one off requirement for the supply and delivery of 10 x Compression Ignition Engine training aids to MOD St Athan. A specification for the Compression Ignition Engines training aids and the training objectives they must meet are detailed in the Statement of Requirements which can be found on the Defence Sourcing Portal (www.contracts.mod.uk)",
        "value": {
            "amount": 137500,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Authority has a one off requirement for the supply and delivery of 10 x Compression Ignition Engine training aids to MOD St Athan. A specification for the Compression Ignition Engines training aids and the training objectives they must meet are detailed in the Statement of Requirements which can be found on the Defence Sourcing Portal (www.contracts.mod.uk) Interested suppliers are required to complete the Pre-Qualification Questionnaire (PQQ) to provide the Authority with information to evaluate the supplier's capacity and capability against the selection criteria. The Authority uses the PQQ 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 PQQ. It is the Authority's intention to down select to between approximately 5 and 10 highest scoring suppliers who will be invited to tender providing they meet the overall score of a pass within the PQQ. If a supplier receives a fail to any question within the PQQ, they will automatically fail the evaluation and not be invited to participate further. Pass - A pass mark will be awarded where the potential provider can demonstrate that they have the capability to deliver the subject of this requirement. This will be by the potential provider submitting evidence that they have appropriate knowledge, experience or appropriate current certification in line with the nature of the specific question. Fail - A fail mark will be awarded where the response fails to demonstrate that the potential provider has the appropriate capability to deliver the subject of this requirement. This would be where the potential providers response fails to provide evidence of experience with supply of the appropriate equipment, failure to provide evidence of appropriate certification.",
                "value": {
                    "amount": 137500,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 10
                },
                "selectionCriteria": {
                    "description": "Interested suppliers are required to complete the Pre-Qualification Questionnaire (PQQ) to provide the Authority with information to evaluate the supplier's capacity and capability against the selection criteria. The Authority uses the PQQ 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 PQQ. It is the Authority's intention to down select to between approximately 5 and 10 highest scoring suppliers who will be invited to tender providing they meet the overall score of a pass within the PQQ. If a supplier receives a fail to any question within the PQQ, they will automatically fail the evaluation and not be invited to participate further. Pass - A pass mark will be awarded where the potential provider can demonstrate that they have the capability to deliver the subject of this requirement. This will be by the potential provider submitting evidence that they have appropriate knowledge, experience or appropriate current certification in line with the nature of the specific question. Fail - A fail mark will be awarded where the response fails to demonstrate that the potential provider has the appropriate capability to deliver the subject of this requirement. This would be where the potential providers response fails to provide evidence of experience with supply of the appropriate equipment, failure to provide evidence of appropriate certification."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "39162200",
                        "description": "Training aids and devices"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL22"
                    }
                ],
                "deliveryLocation": {
                    "description": "MOD ST Athan"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://www.contracts.mod.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Criteria as stated in the procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Criteria as stated in the procurement documents",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2021-12-21T23:55:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-14689",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Air Commercial, Flowerdown Hall, RAF Cosford",
                "locality": "Wolverhampton",
                "region": "UKG39",
                "postalCode": "WV7 3EX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Karen Wiley",
                "telephone": "+44 3001692985",
                "email": "karen.wiley895@mod.gov.uk",
                "url": "http://www.contracts.mod.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.contracts.mod.uk",
                "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-3172",
            "name": "Air Commercial",
            "identifier": {
                "legalName": "Air Commercial"
            },
            "address": {
                "locality": "High Wycombe",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-14689",
        "name": "Ministry of Defence"
    },
    "language": "en"
}