Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Ministry of Defence
MOD Abbey Wood
Bristol
BS34 8JH
UK
Contact person: Charlotte Ford
E-mail: charlotte.ford130@mod.gov.uk
NUTS: UKK11
Internet address(es)
Main address: https://des.mod.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59527
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.contracts.mod.uk
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
DM/00177 Equipment & Services Support Provider (ESSP)
Reference number: 713119452
II.1.2) Main CPV code
75221000
II.1.3) Type of contract
Services
II.1.4) Short description
Procurement and supply of low-value requirements up to £50,000.00 (ex VAT) in support of defence services to Defence Munitions.
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKK11
II.2.4) Description of the procurement
The Scope of the Contract is:
Provision & Supply of Goods & Services – The Contractor is required to provide support to various low-value, non-complex procurement requirements (tasks valued up to £50,000.00 ex-Vat), that cannot be sourced via any other MOD or Government Contracts or Framework agreements. The Contractor shall provide a procurement service to survey the Supply Chain and source various goods and services on behalf of all DM sites. The DM sites are; Beith, Crombie, Glen Douglas, Gosport, Kineton (Main Site), Kineton Design, Development & Prototyping (DD&P), Longtown, Plymouth and Wulfen. The Contractor shall be responsible for delivering the goods and services required by the Authority. For the avoidance of doubt, the Authority’s contractual relationship shall be with the Contractor only. Therefore, the Contractor shall be responsible for the contractual agreements with suitable Suppliers identified for the provision of good and services.
Scope of Requirements - The scope of this Contract requirement is expected to cover, but not be limited to; air compressor equipment, clothing, DIY equipment and consumables (glues, paints, brushes, for example), fire safety equipment, health and safety equipment (defibrillators, first aid supplies for example), IT requirements (non-MODNET / DII only), manufacturing materials (woods, metals, fittings for example), mechanical handling equipment (MHE), packaging equipment and materials, personal protective equipment (PPE), repair and maintenance requirements on-site at Defence Munitions, toiletries (soaps, toilet paper, paper towels, for example), workshop tooling supply, repair, maintenance and calibration. The Scope of Requirements will specifically not cover consultancy, infrastructure (works) requirements, IT requirements (MODNET / DII) repair and maintenance requirements on-site at any other MOD locations, quality assurance requirements, safety requirements, transportation requirements, warlike stores, waste removal requirements.
Delivery of Procurement Requirements - There is no ‘core’ activity, nor fixed/guaranteed throughput under this Contract. All requirements are to be considered ‘non-core’ and shall be raised on an ad-hoc basis in accordance with an Ad-Hoc Tasking Process, and each new requirement will constitute a Task. The Contractor shall only be allowed to apply a pre-agreed Service Fee on top of each quote received for each ad-hoc Task. This Service Fee may be adjusted through the term of the Contract in accordance with Key Performance Indicator (KPI) Incentives and Remedy Clauses.
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:
5 000 000.00
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 number of candidates: 10
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
3 Optional Years
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.1.2) 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
III.2.2) Contract performance conditions
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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter or reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective marking given, the aspects to which any protective marking applies or otherwise.
Electronic Trading - Potential Suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing & Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. You can find details on CP&F at: https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/03/2025
Local time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
28/04/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (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 intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference – RAR-240828A02)
VI.4) Procedures for review
VI.4.1) Review body
Defence Munitions
MOD Abbey Wood
Bristol
BS34 8JH
UK
VI.5) Date of dispatch of this notice
20/02/2025