Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Commercial Branch
C Block, HQ BFC
BFPO 53
UKStratCom-ComrclC2-16@mod.gov.uk
Country
Cyprus
NUTS code
CY - Cyprus
Internet address(es)
Main address
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
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