Tender

Modified Civilian Operational Vehicle Support Arrangement (MCOV SA)

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2021/S 000-007986

Procurement identifier (OCID): ocds-h6vhtk-02a6a3

Published 15 April 2021, 10:55pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Bristol

Email

Liam.Gill105@mod.gov.uk

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

https://www.contracts.mod.uk/esop/toolkit/negotiation/rfq/modifyRfq.do?from=menu&_ncp=1616158680898.2167794-2

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.contracts.mod.uk

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

Email

Victoria.Simmonds101@mod.gov.uk

Country

United Kingdom