Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Bristol
Country
United Kingdom
NUTS code
UKK11 - Bristol, City of
Internet address(es)
Main address
https://www.gov.uk/government/organisations/ministry-of-defence
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Modified Civilian Operational Vehicle Support Arrangement (MCOV SA)
Reference number
700212314
two.1.2) Main CPV code
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority wishes to implement a single supplier support contract to be known as Modified Civilian Operational Vehicle Support Arrangement (MCOV SA).
MCOV SA will deliver all required support for modified Commercial Off The Shelf (COTS) civilian operational vehicles, for the UK Ministry of Defence and where required wider Public Sector Organisations. This will include, but not be limited to, a mixed fleet of modified COTS vehicles currently estimated at circa 250 vehicles. Additional vehicles may be added to the Contract to a maximum upper limit of 1000 vehicles, however, while the initial fleet will total c. 250 vehicles, this may reduce during the life of the Contract and the Authority does not guaranteee a minimum fleet size at any one time. Whilst no guarantee can be provided that this number will increase or decrease, the contract will be capped at 1000 vehicles.
The Authority requires a Supplier with a proven track record of providing support for a vehicle fleet, to include but not be limited to:
Preventative and reactive maintenance (e.g. servicing, MoTs, certification and testing for legislative requirements for equipment such as vehicle mounted lifting equipment, vehicle maintenance and repair, glass and tyre replacement)., Accident Management Services, Provision of technical advice and support and the ability to liaise with Specialist 3rd party suppliers on request where required.
Provision of vehicle related training.
Suppliers shall need to provide a UK wide service with a robust supply chain and a network of available facilities. Consideration must be given to the location of facilities that should be available UK wide as work cannot be undertaken at Authority facilities. The Successful Supplier would be expected to undertake work within close proximity of any Authority location.
In specific circumstances, under Authority may direct the Supplier to utilise specific Sub-Contractors.
Elements of the requirement are classified up to Secret UK eyes only (SUKEO) therefore all suppliers will need to be able to demonstate that they hold or are able to obtain List X Status.
Information relating to List X status and other security related elements can be found at: https://www.gov.uk/government/publications/security-requirements-for-list-x-contractors
https://www.gov.uk/guidance/supplier-cyber-protection-service
https://www.gov.uk/guidance/defence-security-and-assurance-services-defence-industry-list-x
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Authority wishes to implement a single supplier support contract to be known as Modified Civilian Operational Vehicle Support Arrangement (MCOV SA)
MCOV SA will deliver all required support for modified Commercial Off The Shelf (COTS) civilian operational vehicles, for the UK Ministry of Defence and where required wider Public Sector Organisations. This will include, but not be limited to, a mixed fleet of modified COTS vehicles currently estimated at circa 250 vehicles. Additional vehicles may be added to the Contract to a maximum upper limit of 1000 vehicles, however, while the initial fleet will total c250 vehicles, this may reduce during the life of the Contract and the Authority does not guarantee a minimum fleet size at any one time. and, whilst no guarantee can be provided that this number will increase or decrease, the contract will be capped at 1000 vehicles.
The Authority requires a Supplier with a proven track record of providing support for a vehicle fleet, to include but not be limited to:
Preventative and reactive maintenance (e.g. servicing, MoT’s, certification and testing for legislative requirements for equipment such as vehicle mounted lifting equipment, vehicle maintenance and repair, glass and tyre replacement)
UK wide Breakdown and Recovery services
Accident Management Services
Provision of technical advice and support and the ability to liaise with Specialist 3rd party suppliers on request where required.
Provision of vehicle related training
Suppliers shall need to provide a UK wide service with a robust supply chain and a network of available facilities. Consideration must be given to the location of facilities that should be available UK wide as work cannot be undertaken at Authority facilities. The Successful Supplier would be expected to undertake work within close proximity of any Authority location.
In specific circumstances, under Authority may direct the Supplier to utilise specific Sub-Contractors.
Elements of the requirement are classified up to Secret UK eyes only (SUKEO) therefore all suppliers will need to be able to demonstrate that they hold or are able to obtain List X Status.
Information relating to List X status and other security related elements can be found at: https://www.gov.uk/government/publications/security-requirements-for-list-x-contractors
https://www.gov.uk/guidance/supplier-cyber-protection-service
https://www.gov.uk/guidance/defence-security-and-assurance-services-defence-industry-list-x.
The Authority requires that the preferred bidder shall operate and maintain a certified ISO 9001 based Quality Management System by contract award, accredited either by UKAS or equivalent. If the bidder does not have a current ISO certificate, it is required that they provide an overview of their quality activities and plans, if applicable, to gain ISO 9001:2015 certification or equivalent.
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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Option to extend the contract for 2 additional years, in 1 year iterations
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend the contract for 2 additional years, in 1 year iterations
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Cyber Risk Profile for this Contract, identified by the Cyber Risk Assessment, is Moderate (Reference - RAR-TDM2473Q ).
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 May 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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.4) Procedures for review
six.4.1) Review body
UK Ministry of Defence
Abbey Wood, Bristol, BS34 8JH
Bristol
Victoria.Simmonds101@mod.gov.uk
Country
United Kingdom