Tender

Heavy Equipment Transporter Interim Capability Solution (HET ICS)

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2022/S 000-004225

Procurement identifier (OCID): ocds-h6vhtk-03171d

Published 14 February 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

MOD Abbey Wood, #4110, Elm 1a

Bristol

BS34 8JH

Email

Michael.Verran100@mod.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.contracts.mod.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://contracts.mod.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://contracts.mod.uk/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Heavy Equipment Transporter Interim Capability Solution (HET ICS)

Reference number

701556391

two.1.2) Main CPV code

  • 50111100 - Vehicle-fleet management services

two.1.3) Type of contract

Services

two.1.4) Short description

Overview of MDL25 Programme:

1. The Material Distribution Land 2025 (MDL25) Programme, managed in the Land Domain within DE&S, aims to deliver the next generation of Heavy Equipment Transporter (HET), Materiel Distribution (MD) and Bulk Liquids (BL) capabilities.

2. The HET platform (train) includes both the tractor and trailer units and provides the capability to move heavy or out of gauge armour/equipment within the firm base, deployed benign and deployed tactical environments.

3. The MDL25 Programme is divided into two Tranches with the HET covered in Tranche 1, followed by MD and BL as Tranche 2.

4. Tranche 1 has been further divided into two separate procurement phases as follows:

a. Tranche 1A (the HET Interim Solution) which aims to deliver a HET Interim Capability Solution (ICS) for a three-year period (from Jul 24) with two one-year contract options and;

b. Tranche 1B (the Future HET) which aims to deliver a longer-term solution to the Authority’s Future HET capability requirement for a modernised, enduring capability beyond FY27/28, which will be capable of incorporating technological advancements such as enhanced driver aides, vehicle autonomy and potential improvements to fuel consumption and/or fuel type.

5. For clarity, this Contract Notice and Dynamic Pre-Qualification Questionnaire (DPQQ) relates to Tranche 1A only.

two.1.5) Estimated total value

Value excluding VAT: £70,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 34223300 - Trailers
  • 35400000 - Military vehicles and associated parts
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 73423000 - Development of military vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The HET ICS Requirement:

6. The Authority is seeking potential providers who have the experience, capacity, and capability to deliver the HET ICS by the 6th July 2024. The HET ICS must provide a trialed and tested fleet of militarised HET trains which can safely move a variety of heavy logistics loads, Armored Fighting Vehicles (AFV) and the Main Battle Tank (MBT) in peacetime, on training exercises, during the transition to war and in war fighting scenarios. The HET is a key logistical vehicle for Defence and is further utilised in the global movement of various cargos across a number of tactical and operational scenarios.

7. The requirement requires the potential provider to deliver a manning structure that embraces the Army’s concept of Whole Force Approach (WfA) with the capability being delivered by an integrated combination of regular, reserve (both Regular Reserve and Sponsored Reserves (SR)), civilian & industry resources.

8. In particular reference to the SR requirement, potential providers are to provide:

a. 85 SRs in the following professions:

i. 68 x Driver Tank Transporter Operators (DTTO)

ii. 9 x Royal Electrical and Mechanical Engineering (REME) Maintainers

iii. 8 x SR float.

9. The HET fleet is based at the following locations in the numbers shown below but can be flexed between those locations to meet operational demands, but will not exceed the total availability requirement:

a. Up to 40 trains at Bulford

b. Up to 40 trains at Catterick

c. Up to 6 trains in Germany

d. Up to 7 trains on Operations.

10. To deliver the HET ICS, the potential provider is to provide a managed service to meet the Army’s availability requirements of:

a. 89 HET Tractors,

b. 86 HET Trailers and

c. 3 recovery systems.

d. To Note:

i. regarding points 10. a-c, there is an existing HET fleet currently providing the capability. The Authority does not intend to procure this fleet and offer it as Government Furnished Equipment (GFE) to fulfil the HET ICS requirement.

ii. The potential provider may also have to provide Heavy HET trailers as part of the HET ICS.

e. 85 SRs (Operators and Maintainers) as detailed in paragraph 8.

f. An integrated logistics support service including fleet management, inventory management, supply chain management, servicing, maintenance, regeneration services and repair and inspection of a fleet of military vehicles.

g. Supporting tasks performed in the firm base, deployed benign and deployed tactical environments.

h. Sponsored Reserve training.

i. Publication and updating of service documents.

j. Safety management, including safety documentation.

k. A Fleet Management Information System (MIS).

11. HET trains must also meet the following summary technical requirements:

a. Comply with the weight / transport requirements within limits of Road Vehicles (Authorisation of Special Types) (General) Order 2003. Special Types; General Order (STGO) Guidance and Highways Regulations.

b. Have the ability to move on gravelled / prepared tracks occasionally, alongside the primary ability to move loads via highways and paved roads;

c. Remain within STGO guidance for acceptable axle load limitations Gross Axle Weight (GAW);

d. Follow the NATO single fuel policy

e. Recover non task-worthy vehicles including but not exclusively the MBT with loss of Mobility

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

6 July 2024

End date

6 July 2029

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Selection of Potential Providers

15. The intent of the DPQQ is to establish compliant potential providers to proceed to the Invitation to Negotiate (ITN) stage. Potential providers will be evaluated as compliant by answering a number of questions in two envelopes that demonstrate both the competency and capability to deliver the Authority’s requirement within the published timescales.

16. The DPQQ will be evaluated in two Parts.

a. Part 1: Qualification Envelope (Pass/Fail)

i. This envelope has a number of questions which will be assessed by the Authority as either Pass or Fail. The potential provider must pass all questions in Part 1 of the DPQQ in order to be taken through to Part 2.

b. Part 2: Technical Envelope

i. This envelope has six project specific questions.

ii. For the six project specific questions, potential providers will be assessed against a scoring criteria which is outlined for each question to meet the overall criteria.

iii. A minimum score of 70 marks for technical questions 1, 2, 3 and 4.

iv. A minimum score of 30 marks for technical questions 5 and 6.

v. Potential providers will take no further part in this procurement if they achieve a score lower than stated at 16 b.iii – 16.b.iv or achieve a score of zero for any project specific questions within the DPQQ.

17. It is the Authority’s intent to invite a maximum of 5 potential providers to the ITN Stage.

a. In the event that there are less than five, the Authority reserves the right to only take forward submissions that meet the requirements outlined above.

b. In the event that there is a tie for 5th place based on a overall cumulative score, then the potential provider with the highest score in the highest weighted project specific question in the technical envelope (1: Delivery of Equipment) will be taken through. If there remains a tie after this, the same process will be followed for the remaining highest weighted project specific question in the technical envelope until there is a winner.

c. In the event that there is still a tie, those potential providers that have provided an overall compliant DPQQ response for 5th place will be invited to the ITN Stage.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

HET Interim Capability Solution (ICS) will have a three-year duration with two optional years (3+1+1).

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 005-007566

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 March 2022

Local time

11:59pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

4 July 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 120 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Indicative Timescales:

12. The Authority requires the potential provider to meet the key milestones for the HET ICS, outlined below.

13. The Pre-Qualification phase of the procurement will be undertaken during the below indicative timescales:

a. DPQQ Issue Date: 14 Feb 22 (potential providers can ask clarification question from 14 Feb 22 – 23 Feb 2022. Any clarification questions received beyond this date will not be accepted. The Authority will respond to all clarification questions by 2 Mar 2022.

b. DPQQ Return Date: 15 Mar 22

c. DPQQ Evaluation Period: Mar – May 22

d. DPQQ issue of outcome letters: Jun 22

14. The ITN phase of the procurement will be undertaken during the below indicative timescales:

a. ITN Issue: Jul 22

b. ITN Return: Oct 22

c. ITN Evaluation / Negotiation Period: Oct 22 – Mar 23

d. ITN Issue of Outcome Letters: Q3 2023

e. Contract Award Date: Q1 2024

f. Full-Service Commencement Date: 6th July 2024

six.4) Procedures for review

six.4.1) Review body

Ministry of Defence

MOD Abbey Wood, #4110, Elm 1a

Bristol

BS34 8JH

Email

DESLELCA-MDL25@mod.gov.uk

Country

United Kingdom