web-banner-marketing2

Market Leads & Opportunities

UK-Telford: Field kitchens.

Type of document: Contract Notice
Country: United Kingdom

UK-Telford: Field kitchens.
Section I: Contracting Authority
I.1) Name and addresses
Babcock DSG Limited
Building B15, MOD Donnington, Telford, TF2 8JT, United Kingdom
Tel. +44 1952673930, Email: Lauren.Smith2@babcockinternational.com
Contact: Lauren Smith
Main Address:
NUTS Code: UKG21
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: IRM16/1293 – The Supply of Field Equipment and Spares
Reference Number: IRM16/1293
II.1.2) Main CPV Code:
44211400 – Field kitchens.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The supply of field catering equipment and consumables, and miscellaneous field equipment and consumables.
II.1.5) Estimated total value:
Value excluding VAT: 10,371,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 8
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: This requirement will be split into 8 lots. Suppliers who progress to the Invitation to Tender Stage can bid for one lot, a combination of lots or all lots for this requirement. A framework agreement covering all lots or framework agreements for individual or combination of lots will be awarded based upon the lowest priced combination for all lots over the 4 year contract period.

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Food Containers, Food Preparation, Serving Equipment and Associated Parts
Lot No: 1
II.2.2) Additional CPV codes:
39221130 – Food containers.
39312000 – Food-preparation equipment.

II.2.3) Place of performance:
UKG21 Telford and Wrekin

II.2.4) Description of procurement: Babcock DSG Ltd – acting as agent to the UK Ministry of Defence (“the Authority”) – has under consideration a 4 year Framework Agreement for the Supply of Food Containers, Food Preparation, Serving Equipment and Associated Parts.

All items within the scope of requirement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings and specifications available, which are provided as information in the supporting documentation of the Pre-Qualification Questionnaire (PQQ) and will be issued with the tender documentation. Where drawings and specifications are not available, the Manufacturer’s Part Number (MPN) as stated on the Item of Supply Information System (ISIS) is to be supplied. The MPN supplied must accurately reflect a valid reference to the NSN as listed on ISIS and the source of supply being from the corresponding NATO Commercial And Government Entity (NCAGE). As a guideline, 3:2 and 5:2 references are preferable, and 3:9 and 5:9 references are deemed as obsolete references unless written evidence can be provided to the contrary.

Babcock DSG 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 Contracts Online (DCO) by completing the PQQ. 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 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. Access to the PQQ requires a code, which is SZ86D6Q9TC.

An electronic copy of the tender documentation is provided on the supporting documents tab of the PQQ. These documents are for information only and you are not required to comment or respond to them. You should only submit a response to the PQQ.

In accordance with the Government’s transparency agenda, the Authority shall publish the Tender and Contract documents online. Further guidance shall be provided with the ITT.
II.2.5) Award criteria:
Criteria below

Price – Weighting: 100

II.2.6) Estimated value:
Value excluding VAT: 1,400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A Pre-Qualification Questionnaire (PQQ) will be used to down select candidates.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: No business whatsoever is guaranteed under any resulting framework agreement/contract. There is no guarantee that any framework agreement/contract will be put in place in relation to this notice. No compensation will be paid if a tender/resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand/accept this.
II.2) Description Lot No. 2

II.2.1) Title: Food Preparation, Electrical Components, Serving Equipment and Associated Parts
Lot No: 2
II.2.2) Additional CPV codes:
39312000 – Food-preparation equipment.

II.2.3) Place of performance:
UKG21 Telford and Wrekin

II.2.4) Description of procurement: Babcock DSG Ltd – acting as agent to the UK Ministry of Defence (“the Authority”) – has under consideration a 4 year Framework Agreement for the Supply of Food Preparation, Electrical Components, Serving Equipment and Associated Parts.

All items within the scope of requirement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings and specifications available, which are provided as information in the supporting documentation of the Pre-Qualification Questionnaire (PQQ) and will be issued with the tender documentation. Where drawings and specifications are not available, the Manufacturer’s Part Number (MPN) as stated on the Item of Supply Information System (ISIS) is to be supplied. The MPN supplied must accurately reflect a valid reference to the NSN as listed on ISIS and the source of supply being from the corresponding NATO Commercial And Government Entity (NCAGE). As a guideline, 3:2 and 5:2 references are preferable, and 3:9 and 5:9 references are deemed as obsolete references unless written evidence can be provided to the contrary.

Babcock DSG 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 Contracts Online (DCO) by completing the PQQ. 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 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. Access to the PQQ requires a code, which is SZ86D6Q9TC.

An electronic copy of the tender documentation is provided on the supporting documents tab of the PQQ. These documents are for information only and you are not required to comment or respond to them. You should only submit a response to the PQQ.

In accordance with the Government’s transparency agenda, the Authority shall publish the Tender and Contract documents online. Further guidance shall be provided with the ITT.
II.2.5) Award criteria:
Criteria below

Price – Weighting: 100

II.2.6) Estimated value:
Value excluding VAT: 1,460,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A Pre-Qualification Questionnaire (PQQ) will be used to down select candidates.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: No business whatsoever is guaranteed under any resulting framework agreement/contract. There is no guarantee that any framework agreement/contract will be put in place in relation to this notice. No compensation will be paid if a tender/resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand/accept this.
II.2) Description Lot No. 3

II.2.1) Title: Tents, Tarpaulins and Associated Items
Lot No: 3
II.2.2) Additional CPV codes:
39522530 – Tents.
39522110 – Tarpaulins.

II.2.3) Place of performance:
UKG21 Telford and Wrekin

II.2.4) Description of procurement: Babcock DSG Ltd – acting as agent to the UK Ministry of Defence (“the Authority”) – has under consideration a 4 year Framework Agreement for the Supply of Tents, Tarpaulins and Associated Items.

All items within the scope of requirement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings and specifications available, which are provided as information in the supporting documentation of the Pre-Qualification Questionnaire (PQQ) and will be issued with the tender documentation. Where drawings and specifications are not available, the Manufacturer’s Part Number (MPN) as stated on the Item of Supply Information System (ISIS) is to be supplied. The MPN supplied must accurately reflect a valid reference to the NSN as listed on ISIS and the source of supply being from the corresponding NATO Commercial And Government Entity (NCAGE). As a guideline, 3:2 and 5:2 references are preferable, and 3:9 and 5:9 references are deemed as obsolete references unless written evidence can be provided to the contrary.

Babcock DSG 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 Contracts Online (DCO) by completing the PQQ. 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 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. Access to the PQQ requires a code, which is SZ86D6Q9TC.

An electronic copy of the tender documentation is provided on the supporting documents tab of the PQQ. These documents are for information only and you are not required to comment or respond to them. You should only submit a response to the PQQ.

In accordance with the Government’s transparency agenda, the Authority shall publish the Tender and Contract documents online. Further guidance shall be provided with the ITT.
II.2.5) Award criteria:
Criteria below

Price – Weighting: 100

II.2.6) Estimated value:
Value excluding VAT: 1,302,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: a Pre-Qualification Questionnaire (PQQ) will be used to down select candidates.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: No business whatsoever is guaranteed under any resulting framework agreement/contract. There is no guarantee that any framework agreement/contract will be put in place in relation to this notice. No compensation will be paid if a tender/resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand/accept this.
II.2) Description Lot No. 4

II.2.1) Title: Food Preparation, Serving Equipment & Associated Parts
Lot No: 4
II.2.2) Additional CPV codes:
39312000 – Food-preparation equipment.

II.2.3) Place of performance:
UKG21 Telford and Wrekin

II.2.4) Description of procurement: Babcock DSG Ltd – acting as agent to the UK Ministry of Defence (“the Authority”) – has under consideration a 4 year Framework Agreement for the Supply of Food Preparation, Serving Equipment & Associated Parts.

All items within the scope of requirement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings and specifications available, which are provided as information in the supporting documentation of the Pre-Qualification Questionnaire (PQQ) and will be issued with the tender documentation. Where drawings and specifications are not available, the Manufacturer’s Part Number (MPN) as stated on the Item of Supply Information System (ISIS) is to be supplied. The MPN supplied must accurately reflect a valid reference to the NSN as listed on ISIS and the source of supply being from the corresponding NATO Commercial And Government Entity (NCAGE). As a guideline, 3:2 and 5:2 references are preferable, and 3:9 and 5:9 references are deemed as obsolete references unless written evidence can be provided to the contrary.

Babcock DSG 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 Contracts Online (DCO) by completing the PQQ. 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 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. Access to the PQQ requires a code, which is SZ86D6Q9TC.

An electronic copy of the tender documentation is provided on the supporting documents tab of the PQQ. These documents are for information only and you are not required to comment or respond to them. You should only submit a response to the PQQ.

In accordance with the Government’s transparency agenda, the Authority shall publish the Tender and Contract documents online. Further guidance shall be provided with the ITT.
II.2.5) Award criteria:
Criteria below

Price – Weighting: 100

II.2.6) Estimated value:
Value excluding VAT: 580,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A Pre-Qualification Questionnaire (PQQ) will be used to down select candidates.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: No business whatsoever is guaranteed under any resulting framework agreement/contract. There is no guarantee that any framework agreement/contract will be put in place in relation to this notice. No compensation will be paid if a tender/resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand/accept this.
II.2) Description Lot No. 5

II.2.1) Title: Miscellaneous and Individual Equipment and Parts
Lot No: 5
II.2.2) Additional CPV codes:
34913000 – Miscellaneous spare parts.
39221140 – Water canteens.
35810000 – Individual equipment.

II.2.3) Place of performance:
UKG21 Telford and Wrekin

II.2.4) Description of procurement: Babcock DSG Ltd – acting as agent to the UK Ministry of Defence (“the Authority”) – has under consideration a 4 year Framework Agreement for the Supply of Miscellaneous Equipment and Parts, including – but not limited to – tubes, screws, valves and fittings and Individual Equipment and Parts including – but not limited to – water canteens, personal kits and miscellaneous, personal field items.

All items within the scope of requirement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings and specifications available, which are provided as information in the supporting documentation of the Pre-Qualification Questionnaire (PQQ) and will be issued with the tender documentation. Where drawings and specifications are not available, the Manufacturer’s Part Number (MPN) as stated on the Item of Supply Information System (ISIS) is to be supplied. The MPN supplied must accurately reflect a valid reference to the NATO Stock Number as listed on ISIS and the source of supply being from the corresponding NATO Commercial And Government Entity (NCAGE). As a guideline, 3:2 and 5:2 references are preferable, and 3:9 and 5:9 references are deemed as obsolete references unless written evidence can be provided to the contrary.

Babcock DSG 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 Contracts Online (DCO) by completing the PQQ. 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 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. Access to the PQQ requires a code, which is SZ86D6Q9TC.

An electronic copy of the tender documentation is provided on the supporting documents tab of the PQQ. These documents are for information only and you are not required to comment or respond to them. You should only submit a response to the PQQ.

In accordance with the Government’s transparency agenda, the Authority shall publish the Tender and Contract documents online. Further guidance shall be provided with the ITT.
II.2.5) Award criteria:
Criteria below

Price – Weighting: 100

II.2.6) Estimated value:
Value excluding VAT: 1,750,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A Pre-Qualification Questionnaire (PQQ) will be used to down select candidates.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: No business whatsoever is guaranteed under any resulting framework agreement/contract. There is no guarantee that any framework agreement/contract will be put in place in relation to this notice. No compensation will be paid if a tender/resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand/accept this.
II.2) Description Lot No. 6

II.2.1) Title: Cooking Pots, Vessel and Associated Parts
Lot No: 6
II.2.2) Additional CPV codes:
39312000 – Food-preparation equipment.

II.2.3) Place of performance:
UKG21 Telford and Wrekin

II.2.4) Description of procurement: Babcock DSG Ltd – acting as agent to the UK Ministry of Defence (“the Authority”) – has under consideration a 4 year Framework Agreement for the Supply of Cooking Pots, Vessel and Associated Parts.

All items within the scope of requirement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings and specifications available, which are provided as information in the supporting documentation of the Pre-Qualification Questionnaire (PQQ) and will be issued with the tender documentation. Where drawings and specifications are not available, the Manufacturer’s Part Number (MPN) as stated on the Item of Supply Information System (ISIS) is to be supplied. The MPN supplied must accurately reflect a valid reference to the NSN as listed on ISIS and the source of supply being from the corresponding NATO Commercial And Ggovernment Entity (NCAGE). As a guideline, 3:2 and 5:2 references are preferable, and 3:9 and 5:9 references are deemed as obsolete references unless written evidence can be provided to the contrary.

Babcock DSG 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 Contracts Online (DCO) by completing the PQQ. 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 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. Access to the PQQ requires a code, which is SZ86D6Q9TC.

An electronic copy of the tender documentation is provided on the supporting documents tab of the PQQ. These documents are for information only and you are not required to comment or respond to them. You should only submit a response to the PQQ.

In accordance with the Government’s transparency agenda, the Authority shall publish the Tender and Contract documents online. Further guidance shall be provided with the ITT.
II.2.5) Award criteria:
Criteria below

Price – Weighting: 100

II.2.6) Estimated value:
Value excluding VAT: 2,194,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A Pre-Qualification Questionnaire (PQQ) will be used to down select candidates.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: No business whatsoever is guaranteed under any resulting framework agreement/contract. There is no guarantee that any framework agreement/contract will be put in place in relation to this notice. No compensation will be paid if a tender/resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand/accept this.
II.2) Description Lot No. 7

II.2.1) Title: Food Preparation, Serving and Plumbing Equipment
Lot No: 7
II.2.2) Additional CPV codes:
39312000 – Food-preparation equipment.
39715300 – Plumbing equipment.

II.2.3) Place of performance:
UKG21 Telford and Wrekin

II.2.4) Description of procurement: Babcock DSG Ltd – acting as agent to the UK Ministry of Defence (“the Authority”) – has under consideration a 4 year Framework Agreement for the Supply of Food Preparation, Serving and Plumbing Equipment.

All items within the scope of requirement are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings and specifications available, which are provided as information in the supporting documentation of the Pre-Qualification Questionnaire (PQQ) and will be issued with the tender documentation. Where drawings and specifications are not available, the Manufacturer’s Part Number (MPN) as stated on the Item of Supply Information System (ISIS) is to be supplied. The MPN supplied must accurately reflect a valid reference to the NSN as listed on ISIS and the source of supply being from the corresponding NATO Commercial And Government Entity (NCAGE). As a guideline, 3:2 and 5:2 references are preferable, and 3:9 and 5:9 references are deemed as obsolete references unless written evidence can be provided to the contrary.

Babcock DSG 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 Contracts Online (DCO) by completing the PQQ. 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 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. Access to the PQQ requires a code, which is SZ86D6Q9TC.

An electronic copy of the tender documentation is provided on the supporting documents tab of the PQQ. These documents are for information only and you are not required to comment or respond to them. You should only submit a response to the PQQ.

In accordance with the Government’s transparency agenda, the Authority shall publish the Tender and Contract documents online. Further guidance shall be provided with the ITT.
II.2.5) Award criteria:
Criteria below

Price – Weighting: 100

II.2.6) Estimated value:
Value excluding VAT: 387,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A Pre-Qualification Questionnaire (PQQ) will be used to down select candidates.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: No business whatsoever is guaranteed under any resulting framework agreement/contract. There is no guarantee that any framework agreement/contract will be put in place in relation to this notice. No compensation will be paid if a tender/resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand/accept this.
II.2) Description Lot No. 8

II.2.1) Title: Storage Containers and Tote Boxes
Lot No: 8
II.2.2) Additional CPV codes:
44613400 – Storage containers.

II.2.3) Place of performance:
UKG21 Telford and Wrekin

II.2.4) Description of procurement: Babcock DSG Ltd – acting as agent to the UK Ministry of Defence (“the Authority”) – has under consideration a 4 Year Framework Agreement for the Supply of Storage Containers, Tote Boxes and Associated Parts.

All items in scope of the requirement are codified to NATO Stock Numbers. All items must be supplied compliant to the drawings and specifications available, which are provided as information in the supporting documentation of the Pre-Qualification Questionnaire (PQQ) and will be issued with the tender documentation. Where drawings and specifications are not available, the Manufacturer’s Part Number as stated on the Item of Supply Information System (ISIS) is to be supplied. The MPN supplied must accurately reflect a valid reference to the NATO Stock Number as listed on ISIS and the source of supply being from the corresponding NCAGE. As a guideline, 3:2 and 5:2 references are preferable, and obsolete references such as 3:9 or 5:9 shall not be acceptable.

Babcock DSG 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 the DCO by completing the PQQ. The PQQ shall be assessed on the DCO 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. Access to the PQQ requires a code, which is SZ86D6Q9TC.

An electronic copy of the tender documentation is provided on the supporting documents tab of the PQQ. These documents are for information only and you are not required to comment or respond to them. You should only submit a response to the PQQ.

In accordance with the Government’s transparency agenda, the Authority shall publish the Tender and Contract documents online. Further guidance shall be provided with the ITT.
II.2.5) Award criteria:
Criteria below

Price – Weighting: 100

II.2.6) Estimated value:
Value excluding VAT: 1,298,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: A Pre-Qualification Questionnaire (PQQ) will be used to down select candidates.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: No business whatsoever is guaranteed under any resulting framework agreement/contract. There is no guarantee that any framework agreement/contract will be put in place in relation to this notice. No compensation will be paid if a tender/resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand/accept this.

Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The requirement as stated in the PQQ shall prevail.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The requirement as stated in the PQQ shall prevail.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
The requirement as stated in the PQQ shall prevail.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Any resulting Framework Agreement shall contain a set of Key Performance Indicators to measure performance areas such as delivery and quality, and will contain remedies for poor performance. Full details of the KPIs shall be contained within the tender documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 8
The procurement involves the setting up of a dynamic purchasing system – NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided

IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/08/2017 Time: 15:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided

Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: 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.

Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk
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
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: SZ86D6Q9TC.

Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
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 online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
VI.4) Procedures for review
VI.4.1) Review body:
Babcock DSG Limited
Building B15, MOD Donnington, Telford, TF2 8JT, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 19/07/2017

Annex A