Opportunity

British Forces Cyprus White Fleet Post Warranty Support

  • Ministry of Defence

F02: Contract notice

Notice reference: 2023/S 000-014838

Published 24 May 2023, 4:09pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Commercial Branch

C Block, HQ BFC

BFPO 53

Email

UKStratCom-ComrclC2-16@mod.gov.uk

Country

Cyprus

NUTS code

CY - Cyprus

Internet address(es)

Main address

www.contracts.mod.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.contracts.mod.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

British Forces Cyprus White Fleet Post Warranty Support

Reference number

706083450

two.1.2) Main CPV code

  • 50111110 - Vehicle-fleet-support services

two.1.3) Type of contract

Services

two.1.4) Short description

British Forces Cyprus (BFC), hereby knows as the Authority, is seeking to establish a multi-supplier Framework Contract for the provision of white fleet post warranty services. The primary requirement is to deliver scheduled maintenance to original equipment manufacturer standards to white fleet vehicles. There are also secondary and ad-hoc services under the Framework.

There is a Tenderers conference being held 13/06/2023. Suppliers must register their interest in attending by 08/06/2023 using the Defence Sourcing Portal (DSP).

All Suppliers who meet the minimum required standards will be awarded a place on the Framework.

Vehicle information provided within this Invitation to Tender (ITT) is not a commitment or an indicative volume of work by the Authority. This is a call-off Framework and as such services will be called off as and when required. There is no commitment by the Authority to award a minimum volume of work.

two.1.5) Estimated total value

Value excluding VAT: £950,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • CY - Cyprus
Main site or place of performance

Services must be delivered within the Republic of Cyprus

two.2.4) Description of the procurement

All Suppliers who meet the minimum required standards will be awarded a place on the Framework.

Vehicle information provided within this Invitation to Tender (ITT) is not a commitment or an indicative volume of work by the Authority. This is a call-off Framework and as such services will be called off as and when required. There is no commitment by the Authority to award a minimum volume of work.

Work will be awarded through the tasking process detailed within the Draft Contract.

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

1 August 2023

End date

31 July 2025

This contract is subject to renewal

Yes

Description of renewals

The Authority will look to go to market 1 year prior to Framework expiry for a similar agreement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This framework will run for up to 4 years from 01 August 2023 - 31 July 2027. The core framework period will run for 2 years with the option to extend for up to a further 2 years (1+1)

Initial Framework Period: 01 August 2023 - 31 July 2025

Framework Option Period 1: 01 August 2025 - 31 July 2026

Framework Option Period 2: 01 August 2026 - 31 July 2027

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Not applicable.

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

23 June 2023

Local time

1:00pm

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: 2 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 June 2023

Local time

1:00pm

Place

Defence Sourcing Portal

Information about authorised persons and opening procedure

Commercial Officer will review the bid submissions for compliance.

Technical evaluators will register and access bids via the DSP confirming and accepting the information provided in response to the Pass/Fail questions.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 1 - 3 Years

six.4) Procedures for review

six.4.1) Review body

MOD

Commercial Branch, C Block

BFPO 53

Country

Cyprus