Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Ministry of Defence
Abbey Wood
Bristol
BS34 8JH
For the attention of
Robert Franklin
Email(s)
Country
United Kingdom
Internet address(es)
General address of the contracting authority/entity
www.gov.uk/government/organisations/ministry-of-defence
Electronic access to information
Electronic submission of tenders and requests to participate
Further information
Further information can be obtained from the above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from
The above-mentioned contact point(s)
Tenders or requests to participate must be sent to
The above-mentioned contact point(s)
one.2) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
one.3) Main activity
Defence
one.4) Contract award on behalf of other contracting authorities/entities
The contracting authority is purchasing on behalf of other contracting authorities:
No
Section two: Object of the contract
two.1) Description
two.1.1) Title attributed to the contract by the contracting authority
OI/0078 - Field Electrical Power Supplies - Support (FEPS-S)
two.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance
United Kingdom
NUTS code
- UK - United Kingdom
two.1.5) Short description of the contract or purchase(s)
Field Electrical Power Supplies - Support (FEPS-S) - OI/0078 – seeks to manage the provision of fleet management, repair and maintenance services for a fleet of Authority-owned generators, which will be provided as Government Furnished Equipment (GFE).
This will form one component of the General Purpose Power (GPP) capability, and will run between October 2023 and the delivery of the replacement provision, Manoeuvre Power (Man-P), in 2028 (estimated). Man-P is scoped to combine the entire GPP requirement into a single provision and is anticipated to be a competitive procurement.
GPP provides support for equipment including electrical power generators across the 2kW to 40kW range and electrical distribution equipment in three and one phase variants. It supports numerous applications in the Land Environment; to support command systems, communications equipment, and deployable medical facilities. GPP is required in diverse climatic conditions across the world for extended periods and is therefore a key component of the Front Line Commands’ operating capability.
The Contractor will be required to work with an incumbent provider (Babcock Land Defence Limited) who is responsible for the provision of Level 1-3 Maintenance for all Standard variant FEPS equipment.
Opportunity listing, with PQQ:
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55471
two.1.6) Common procurement vocabulary (CPV)
- 50111000 - Fleet management, repair and maintenance services
Additional CPV code(s)
- 50532300 - Repair and maintenance services of generators
- 50532400 - Repair and maintenance services of electrical distribution equipment
two.1.7) Information about subcontracting
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
two.1.8) Lots
This contract is divided into lots: No
two.1.9) Information about variants
Variants will be accepted: No
two.2) Quantity or scope of the contract
two.2.1) Total quantity or scope
Quantity or Scope of the Contract
Equipment
The equipment will be provided as Government Furnished Equipment (GFE). Below is a limited summary of the equipment to be supported including the approximate number of FEPS fleet currently held by the Authority. The full and detailed requirement, including an update on the quantities is to be set out in the ITN;
• Approx. 840 x Generators in the 8kW to 40kW range, of which:
o Approx. 40 x 8/12kW Generators
o Approx. 500 x 16/24kW Generators
o Approx. 300 x 40kW Generators
• These are primarily Standard variant FEPS generators, with some Wading variant FEPS generators.
There may also be a requirement for the Contractor to have custody of approx. 500 additional residual FEPS generators.
Service
FEPS-S main requirement is for through life support via Contracting for Availability (CFA), which may also include replacing equipment lost through attrition to upkeep availability.
Activities that support this capability include, but are not limited to; Asset Transition from current location, Responsibility as Design Authority, Asset Management including receipt and issue of demands for equipment, Management of Equipment Safety, Post Design Services, Through Life Support including maintenance, repair and supply of spares, User Single Point of Contact, Provision and Update of Technical Documentation, Obsolescence Management, with the possibility of Training provision.
The Contractor will be required to work with an incumbent provider (Babcock Land Defence Limited) who is responsible for the provision of Level 1-3 Maintenance for all Standard variant FEPS equipment.
The fleet of equipment will be held at various readiness levels to meet operational planning assumptions.
A limited version of the Statement of Work (SoW) in draft form has been uploaded as a supporting document to this CN. Please note, this is for the purposes of providing context of the expected service ONLY and is subject to change; it does not address activities such as service start-up or transition. The final Schedule of Requirement, against which companies will be invited to tender, will be issued with the ITN.
Duration
Starting from Contract Award in October 2023, the Contractor will need to demonstrate; that their CFA service meets the requirement, that the provided GFE is ready, and be in position to commence full operation of CFA from March 2024. There will be a phased introduction during the equipment transition from the current premises and a phased reduction in the level of service at the latter end of this Contract as Man-P is introduced (current estimate 2028).
The Contract duration will be for 5 (five) years, with options to extend by up to a further 3 (three) years, to a maximum duration of 8 (eight) years.
Duration Breakdown:
• 2.5 (two and a half) months of equipment transition and establishing service, from Contract Award in October 2023, to CFA service in mid-December 2023.
• 4 (four) full years and then 9.5 (nine and a half) months of CFA service from mid-December 2023, to end of contract in September 2028.
Options:
• Contract extensions of 3 (three) x 1 (one) year options, for further CFA service.
Additional purchases of equipment/spares/services, in line with the requirement.
Estimated value excluding VAT:
£48,000,000
two.2.2) Information about options
Options: Yes
Description of these options: Options:
-Contract extensions of 3 (three) x 1 (one) year options, for further CFA service.
-Additional purchases of equipment/spares/services, in line with the requirement.
two.2.3) Information about renewals
This contract is subject to renewal: Yes
two.3) Duration of the contract or time limit for completion
Duration in months: 96 (from the award of the contract)
Section three. Legal, economic, financial and technical information
three.2) Conditions for participation
three.2.1) Personal situation
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
- Browse to the eSourcing Portal
- Click the “Click here to register” link
- Accept the terms and conditions and click “continue”
- Enter your correct business and user details
- Note the username you chose and click “Save” when complete
- You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
- Login to the portal with the username/password
- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)
- Click on the relevant PQQ to access the content.
- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
- Browse to the eSourcing Portal
- Click the “Click here to register” link
- Accept the terms and conditions and click “continue”
- Enter your correct business and user details
- Note the username you chose and click “Save” when complete
- You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
- Login to the portal with the username/password
- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any registered supplier)
- Click on the relevant PQQ to access the content.
- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.
three.2.2) Economic and financial ability
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion), will be detailed in the Dynamic Pre-Qualification Questionnaire (DPQQ) linked to this CN.
The Authority reserve the right to exclude a Potential Provider from being selected to tender if they do not meet the minimum required economic and financial requirements.
A financial assessment will be undertaken on the supplier's financial status, based on information provided as directed in the DPQQ, to provide an overall Pass/Fail judgement.
An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process.
Minimum level(s) of standards possibly required: Full details are included within the associated DPQQ for this procurement
Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: Full details are included within the associated DPQQ for this procurement
Minimum level(s) of standards possibly required: Full details are included within the associated DPQQ for this procurement
three.2.3) Technical and/or professional capacity
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: Full details are included within the associated DPQQ for this procurement
Minimum level(s) of standards possibly required: Full details are included within the associated DPQQ for this procurement
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: Full details are included within the associated DPQQ for this procurement
Minimum level(s) of standards possibly required: Full details are included within the associated DPQQ for this procurement
three.3) Conditions specific to services contracts
three.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: No
Section four: Procedure
four.1) Type of procedure
four.1.1) Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
four.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Responses to the Dynamic Pre-Qualification Questionnaire (DPQQ) will be scored in accordance with the criteria set out in the DPQQ.
If the Potential Provider does not achieve the minimum required score as directed within each of the questions, they will be deemed unsuccessful at DPQQ stage and not be considered for inclusion in the next stage of the tendering process.
The Potential Providers who meet the minimum scoring criteria will be ranked in descending score order from highest to lowest. The 5 highest-ranked Potential Providers will be invited to the Invitation to Negotiate stage. In the event of a tied rank, all those tied on that rank will be invited to the next stage, as long as no more than 4 Potential Providers have achieved a higher rank, in which case they will not be invited to the next stage.
A scoring guide and worked example will be uploaded as a supporting document to the PQQ.
Please note, if you have any clarification questions for any elements of the CN and associated DPQQ, the deadline for submission to the Authority point of contact is 9/1/2023.
four.1.3) Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated: no
four.2) Award criteria
four.2.1) Award criteria
the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
four.2.2) Information about electronic auction
An electronic auction has been used: no
four.3) Administrative information
four.3.1) File reference number attributed by the contracting authority
OI/0078 - FEPS-S
four.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number: 2022/S 000-032067 of 11 November 2022
Other previous publications
no
four.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 9 January 2023 - 5:00pm
Payable documents: no
four.3.4) Time limit for receipt of tenders or requests to participate
24 January 2023 - 5:00pm
four.3.6) Language(s) in which tenders or requests to participate may be drawn up
English
Section six: Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
six.3) Additional information
The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is LOW (Reference – RAR-170449397).
Prospective contractors are required to hold Quality Management System certification to ISO 9001:2015 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Dynamic Pre-Qualification Questionnaire (DPQQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2110 NATO QUALITY ASSURANCE REQUIREMENTS FOR DESIGN, DEVELOPMENT AND PRODUCTION Edition D Version 1 JUNE 2016.
Prior Information Notice:
https://www.find-tender.service.gov.uk/Notice/032067-2022
Opportunity Listing & PQQ:
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55471
Key dates (estimated):
Final date for DPQQ Clarification Questions - 9 January 2023
DPQQs returned to MOD - 24 January 2023
Invitation to Negotiate Issued - February 2023
Tenders Returned to MOD - April 2023
Authority Evaluation of ITN Completed - July 2023
Anticipated Date of Contract Award - October 2023
Contract Expiry - September 2028