
Market Leads & Opportunities
United Kingdom-Wolverhampton: Supply and Delivery of Compression Ignition Engines to MOD St Athan
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-028979/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence
Postal address: Air Commercial, Flowerdown Hall, RAF Cosford
Town: Wolverhampton
Postal code: WV7 3EX
Country: United Kingdom
Contact Person: Karen Wiley
Telephone: +44 3001692985
Email: karen.wiley895@mod.gov.uk
Internet address(es):
Main address: www.contracts.mod.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.contracts.mod.uk
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:www.contracts.mod.uk
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply and Delivery of Compression Ignition Engines to MOD St Athan
II.1.2) Main CPV code: 34311120
II.1.3) Type of contract: Supplies
II.1.4) Short 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)
II.1.5) Estimated total value:
Value excluding VAT: 137500 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
39162200
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
MOD ST Athan
II.2.4) Description of the procurement:
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.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 137500 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
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: 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.
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
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:Criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions: Criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-12-21 Local time: 23:55
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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.
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
The Cyber Risk Assessment Level for this contract is ‘Very Low’, reference 724656453.
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 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
VI.4) Procedures for review
VI.4.1) Review body
Official name: Air Commercial
Town: High Wycombe
Country: United Kingdom
VI.5) Date of dispatch of this notice:2021-11-19
More Opportunties
- Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> >