Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Ministry of Defence, DSG, Defence Support Group (DSG)
Babcock DSG LTD, MOD Donnington, Building B15
Telford
TF2 8JT
UK
Contact person: OSP — CMT
Telephone: +44 1952967357
E-mail: andrew.johnson1@babcockinternational.com
Fax: +44 1952673864
NUTS: UKG21
Internet address(es)
Main address: www.babcockinternational.com
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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
IRM16/1245 — The Supply of Wire Ropes and Associated Items
Reference number: IRM16/1245
II.1.2) Main CPV code
44423340
II.1.3) Type of contract
Supplies
II.1.4) Short description
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 wire ropes
II.1.5) Estimated total value
Value excluding VAT:
992 000.00
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: 2
II.2) Description
Lot No: 1
II.2.1) Title
IRM16/1245 — The Supply of Wire Ropes
II.2.2) Additional CPV code(s)
44423340
II.2.3) Place of performance
NUTS code:
UKG21
Main site or place of performance:
Telford and Wrekin.
II.2.4) Description of the 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 wire ropes.
Lot 1: Wire ropes to MoD Drawing
All items within the scope of lot 1 are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the drawings provided with the tender..
Babcock DSG Ltd reserve the right to add further items of a similar nature to the contract post award.
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 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.
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: Z3R76EXVU6 Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 20 May 2020 16.00.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 282324.
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.
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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
723 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
The selection criteria as detailed in the pre-qualification questionnaire shall prevail.
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
II.2.14) Additional information
The Cyber Risk Profile for this requirement is ‘Very Low’. If you are invited to tender you will be required to complete the supplier assurance questionnaire at https://supplier-cyber-protection.services.gov.uk/ to demonstrate your compliance with the required cyber risk level. The RAR code associated with this requirement is RAR-D9RB2BZB.
Lot No: 2
II.2.1) Title
IRM16/1245 — The Supply of Wire Ropes
II.2.2) Additional CPV code(s)
44423340
II.2.3) Place of performance
NUTS code:
UKG21
Main site or place of performance:
Telford and Wrekin.
II.2.4) Description of the 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 wire ropes.
Lot 2: Wire ropes to CSIS Part Number
All items within the scope of lot 2 are codified to NATO Stock Numbers (NSNs). All items must be supplied compliant to the information available on CSIS
Babcock DSG Ltd reserve the right to add further items of a similar nature to the contract post award.
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 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..
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: Z3R76EXVU6 Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 20 May 2020 16.00.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 282324.
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.
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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
269 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
The selection criteria as detailed in the pre-qualification questionnaire shall prevail.
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
II.2.14) Additional information
The Cyber Risk Profile for this requirement is ‘Very Low’. If you are invited to tender you will be required to complete the supplier assurance questionnaire at https://supplier-cyber-protection.services.gov.uk/ to demonstrate your compliance with the required cyber risk level. The RAR code associated with this requirement is RAR-D9RB2BZB.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about 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:
20/05/2020
Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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. 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.contracts.mod.uk
Go reference: GO-2020416-DCB-16375657
VI.4) Procedures for review
VI.4.1) Review body
Ministry of Defence, DSG, Defence Support Group (DSG)
Telford
UK
VI.4.2) Body responsible for mediation procedures
Ministry of Defence, DSG, Defence Support Group (DSG)
Telford
UK
VI.4.4) Service from which information about the review procedure may be obtained
Ministry of Defence, DSG, Defence Support Group (DSG)
Telford
UK
VI.5) Date of dispatch of this notice
16/04/2020