91ĂŰĚŇĘÓĆľ

Construction Tenders

07 May 2025

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots

Status Active

Published 18th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e317
Common Procurement VocabularyFleet management, repair and maintenance services
Procurement MethodRestricted
Value£60,000,000
« Previous Page

United Kingdom

Category Services

Type

No. of Lots

Status Active

Published 18th Feb 2025

Tender Details
Referenceocds-h6vhtk-04e317
Common Procurement VocabularyFleet management, repair and maintenance services
Procurement MethodRestricted
Value£60,000,000

Section I: Contracting authority/entity

I.1) Name, addresses and contact point(s)

Ministry of Defence

Abbey Wood

Bristol

BS34 8JH

For the attention of

Robert Franklin

Email(s)

Robert.Franklin105 [at] mod.gov.uk

Country

United Kingdom

Internet address(es)

Address of the buyer profile

Electronic access to information

Electronic submission of tenders and requests to participate

Further information

Further information can be obtained from the above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from

The above-mentioned contact point(s)

Tenders or requests to participate must be sent to

The above-mentioned contact point(s)

I.2) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.3) Main activity

Defence

I.4) Contract award on behalf of other contracting authorities/entities

The contracting authority is purchasing on behalf of other contracting authorities:

No


Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting authority

OI/0094 - Field Electrical Power Supplies - Support (FEPS-S)

II.1.2) Type of contract and location of works, place of delivery or of performance

Services

Service category No 1: Maintenance and repair services

NUTS code

  • UK - United Kingdom

II.1.5) Short description of the contract or purchase(s)

Field Electrical Power Supplies - Support (FEPS-S) - OI/0094 – seeks to manage the provision of fleet management, repair and maintenance services for a fleet of Authority-owned generators, which will be provided as Government Furnished Equipment (GFE).

This will form one component of the General Purpose Power (GPP) capability, and will run between October 2025 (estimated) and the equipment Out of Service Date (OSD) of 2030.

In future, the components of GPP are likely to be combined into a single requirement, to be provided under “Manoeuvre Power” (Man-P). Man-P is anticipated to be a competitive procurement, starting in 2029 (estimated).

GPP provides support for equipment including electrical power generators across the 2kW to 40kW range and electrical distribution equipment in three and one phase variants. It supports numerous applications in the Land Environment; to support command systems, communications equipment, and deployable medical facilities. GPP is required in diverse climatic conditions across the world for extended periods and is therefore a key component of the Front Line Commands’ operating capability.

The Contractor will be required to work with an incumbent provider (Babcock) who is responsible for the provision of Level 2-3 Maintenance for all Standard variant FEPS equipment under the Service Provision and Transformation Contract (SPTC).

Link to the Opportunity Listing and associated DPQQ:

II.1.6) Common procurement vocabulary (CPV)

  • 50111000 - Fleet management, repair and maintenance services

Additional CPV code(s)

  • 50532300 - Repair and maintenance services of generators
  • 50532400 - Repair and maintenance services of electrical distribution equipment

II.1.8) Lots

This contract is divided into lots: No

II.1.9) Information about variants

Variants will be accepted: No

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope

Equipment

The equipment will be provided as Government Furnished Equipment (GFE). Below is a limited summary of the equipment to be supported including the approximate number of FEPS fleet currently held by the Authority. The full and detailed requirement, including an update on the quantities is to be set out in the ITT;

• Approx. 840 x Generators in the 8kW to 40kW range, of which:

o Approx. 40 x 8/12kW Generators

o Approx. 500 x 16/24kW Generators

o Approx. 300 x 40kW Generators

• These are primarily Standard variant FEPS generators, with some Wading variant FEPS generators.

There may also be a requirement for the Contractor to have custody of approx. 150 additional residual FEPS generators.

Service

FEPS-S main requirement is for through life support via Contracting for Availability (CFA), which may also include replacing equipment lost through attrition to upkeep availability.

Activities that support this capability include, but are not limited to; Asset Transition from current location, Responsibility as Design Organisation, Asset Management including receipt and issue of demands for equipment, Management of Equipment Safety, Post Design Services, Through Life Support including maintenance, repair and supply of spares, User Single Point of Contact, Provision and Update of Technical Documentation, Obsolescence Management, with the possibility of Training provision.

The Contractor will be required to work with an incumbent provider (Babcock) who is responsible for the provision of Level 2-3 Maintenance for all Standard variant FEPS equipment under the Service Provision and Transformation Contract (SPTC).

The fleet of equipment will be held at various readiness levels to meet operational planning assumptions.

A limited service description in draft form is available as a supporting document to this CN. Please note, this is for the purposes of providing context of the expected service ONLY and is subject to change; it does not address activities such as service start-up or transition. The final Schedule of Requirement, against which companies will be invited to tender, will be issued with the ITT.

Duration

Starting from Contract Award in October 2025 (estimate), the Contractor will need to demonstrate; that their CFA service meets the requirement, that the provided GFE is ready, and be in position to commence operation of CFA from December 2025. There will be a phased introduction during the equipment transition from the current premises and a phased reduction in the level of service at the latter end of this Contract (2030 equipment OSD).

The Contract duration will be for 5 (five) years, with exit review points at the end of years 3 (three) and 4 (four). There will be options to extend by up to a further 3 (three) years, to a maximum duration of 8 (eight) years.

Duration Breakdown:

• 2 (two) months of equipment transition and establishing service, from Contract Award in October 2025 (estimate), to CFA service in December 2025.

• 4 (four) full years and 10 (ten) months of CFA service from December 2025 (estimate), to end of contract in September 2030.

Options:

• Contract extensions of 3 (three) x 1 (one) year options, for further CFA service.

• Additional purchases of equipment/spares/services, in line with the requirement.

Estimated value excluding VAT:

ÂŁ60,000,000

II.2.2) Information about options

Options: Yes

Description of these options: Options:

• Contract extensions of 3 (three) x 1 (one) year options, for further CFA service.

• Additional purchases of equipment/spares/services, in line with the requirement.

II.2.3) Information about renewals

This contract is subject to renewal: Yes

II.3) Duration of the contract or time limit for completion

Duration in months: 60 (from the award of the contract)


Section III. Legal, economic, financial and technical information

III.2) Conditions for participation

III.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once)

- Browse to the eSourcing Portal

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance please consult the online help, or contact the eTendering help desk.

III.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion), will be detailed in the Dynamic Pre-Qualification Questionnaire (DPQQ) linked to the Opportunity Listing on Find a Tender Service.

The Authority will not award a contract to a dormant supplier. Any Potential Provider currently identified as dormant must confirm they will begin trading by no later than Contract Award, which is currently estimated to be 1 October 2025.

The Authority reserve the right to exclude a Potential Provider from being selected to tender if they do not meet the minimum required economic and financial requirements.

A financial assessment will be undertaken on the supplier's financial status, based on information provided as directed in the DPQQ, to provide an overall Pass/Fail judgement.

An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process.

Minimum level(s) of standards possibly required: Full details are included within the associated DPQQ for this procurement

Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Full details are included within the associated DPQQ for this procurement

Minimum level(s) of standards possibly required: Full details are included within the associated DPQQ for this procurement

III.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: Full details are included within the associated DPQQ for this procurement

Prospective contractors are required to hold Quality Management System certification to ISO9001:2015 or suitable alternative, with the appropriate scope to deliver contract

requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Dynamic Pre-Qualification Questionnaire (DPQQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2110.

Minimum level(s) of standards possibly required: Full details are included within the associated DPQQ for this procurement

Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)

Information and formalities necessary for evaluating if the requirements are met: Full details are included within the associated DPQQ for this procurement

Minimum level(s) of standards possibly required: Full details are included within the associated DPQQ for this procurement

III.3) Conditions specific to services contracts

III.3.1) Information about a particular profession

Execution of the service is reserved to a particular profession: No


Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Restricted

IV.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged number of operators: 5

Objective criteria for choosing the limited number of candidates: Responses to the Dynamic Pre-Qualification Questionnaire (DPQQ) will be scored in accordance with the criteria set out in the DPQQ.

If the Potential Provider does not achieve the minimum required score as directed within each of the questions, they will be deemed unsuccessful at DPQQ stage and not be considered for inclusion in the next stage of the tendering process.

The Potential Providers who meet the minimum scoring criteria will be ranked in descending score order from highest to lowest. The 5 highest-ranked Potential Providers will be invited to the Invitation to Negotiate stage. In the event of a tied rank, all those tied on that rank will be invited to the next stage, as long as no more than 4 Potential Providers have achieved a higher rank, in which case they will not be invited to the next stage.

A scoring guide and worked example will be uploaded as a supporting document to the Opportunity Notice.

Please note, if you have any clarification questions for any elements of the Opportunity Notice and associated DPQQ, the deadline for submission to the Authority point of contact is 28 February 2025.

IV.1.3) Reduction of the number of operators during the negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated: no

IV.2) Award criteria

IV.2.1) Award criteria

the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

IV.2.2) Information about electronic auction

An electronic auction has been used: no

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority

OI/0094 - FEPS-S

IV.3.2) Previous publication(s) concerning the same contract

no

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document

Time limit for receipt of requests for documents or for accessing documents: 28 February 2025 - 5:00pm

Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

20 March 2025 - 5:00pm

IV.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: No

VI.3) Additional information

The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit 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 LOW (Reference – RAR-241003A08).

The Cyber requirements must be met by no later than Contract Award, which is currently estimated to be 1 October 2025. Further details will be stated within the associated FEPS-S ITT.

Opportunity Listing & PQQ:

Key dates (estimated):

Final date for DPQQ Clarification Questions - 28 February 2025

DPQQs returned to MOD - 20 March 2025

Invitation to Tender – 1 May 2025

Tenders Returned to MOD – 26 June 2025

Authority Evaluation of ITN Completed – July/August 2025

Anticipated Date of Contract Award – 1 October 2025

Contract Expiry – 30 September 2030