Tender

Vehicle Support Capital Spares Supply Framework

MINISTRY OF DEFENCE, LAND EQUIPMENT, VEHICLE SUPPORT TEAM

This public procurement record has 1 release in its history.

Tender

24 Jul 2020 at 15:00

Summary of the contracting process

The Ministry of Defence's Vehicle Support Team in Bristol is seeking suppliers for the "Vehicle Support Capital Spares Supply Framework," aimed at procuring a diverse range of capital spares for their fleet of vehicles, including both wheeled and tracked platforms. This tender, classified under 'Parts of military vehicles' within the goods procurement category, is currently at the tender stage, with the period ending on 3rd September 2020. The Framework Agreement is expected to last for seven years, starting from 1st May 2021, and is valued between £120,000,000 and £400,000,000. Interested suppliers must submit expressions of interest through the Defence Contracts Online portal by completing the required documentation.

This tender presents significant opportunities for businesses, particularly those specialising in military vehicle parts, logistics, and supply chain management. Companies with experience in sourcing and delivering items conforming to NATO specifications, as well as those able to meet safety and quality standards while managing traceability, will be well-positioned to compete. Small and medium enterprises (SMEs) are encouraged to apply, as this procurement initiative aims to support diverse participation in the supply chain for the Ministry of Defence.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Vehicle Support Capital Spares Supply Framework

Notice Description

The Vehicle Support Team (VST), herein referred to as the Authority, has a requirement to enable the procurement of a range of Capital Spares for the majority of the Vehicle Support (VS) fleet of vehicles - including wheeled and tracked platforms - through establishment of a multi-supplier Framework Agreement. There are approximately 9000 individual items that will be included within the scope of the Framework Agreement, defined by NATO Stock Numbers (NSN) and Manufacturer's Part Numbers (MPN) and supplemented with packaging codes. The Authority reserves the right to amend the list at its discretion, including as a result of obsolescence and/or Post Design Services (PDS). Those Potential Providers who are selected following the DPQQ exercise and subsequently Invited To Tender (ITT) will, as part of the ITT exercise, be provided with an indicative list of NSNs that may be procured during the life of the Framework Agreement; and will be required to confirm which of these NSNs they can supply including relevant evidence to support such statements. If successful in their bid, Tenderers will be responsible for: * Responding to Requests for Quotation (RFQs) raised by the Authority, depending on operational demand; * Sourcing and delivering items, conforming to their NATO specifications; * Ensuring compliance with safety and quality standards; * Managing traceability back to source at a unit level; * Reporting on obsolescence, if encountered, during the procurement process; * Transporting items safely and securely following HAZMAT and COSHH and other relevant guidelines; * Delivering to UK MOD secure facilities. The duration of the Framework Agreement is intended to be a maximum of seven (7) years from 1 May 2021 until 31 March 2028, with an estimated value between PS120,000,000 and PS400,000,000 GBP. However, due to the nature of how a Framework Agreement operates, there is no guaranteed order amount or quantity of work. Expressions of Interest to participate in this requirement are to be submitted on the Defence Contracts Online (DCO) portal by completing the DPQQ, reference 7T42D76JCP. Additional information: To view this notice, register as a supplier here: http://www.contracts.mod.uk/delta/signup.html?userType=supplier and search for the notice with reference 'UK-Bristol: Parts of military vehicles.'.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-d53ed34d-aaf0-489b-a696-6728cc4c6cab
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/e303952e-b6ce-4a80-8461-d4255c7f5968
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment


CPV Codes

35420000 - Parts of military vehicles

Notice Value(s)

Tender Value
£400,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Jul 20205 years ago
Submission Deadline
3 Sep 2020Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Apr 2021 - 31 Mar 2028 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE, LAND EQUIPMENT, VEHICLE SUPPORT TEAM
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
TLG West Midlands (England)

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-d53ed34d-aaf0-489b-a696-6728cc4c6cab-2020-07-24T16:00:01+01:00",
    "date": "2020-07-24T16:00:01+01:00",
    "ocid": "ocds-b5fd17-d53ed34d-aaf0-489b-a696-6728cc4c6cab",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "BIP85346956",
        "title": "Vehicle Support Capital Spares Supply Framework",
        "description": "The Vehicle Support Team (VST), herein referred to as the Authority, has a requirement to enable the procurement of a range of Capital Spares for the majority of the Vehicle Support (VS) fleet of vehicles - including wheeled and tracked platforms - through establishment of a multi-supplier Framework Agreement. There are approximately 9000 individual items that will be included within the scope of the Framework Agreement, defined by NATO Stock Numbers (NSN) and Manufacturer's Part Numbers (MPN) and supplemented with packaging codes. The Authority reserves the right to amend the list at its discretion, including as a result of obsolescence and/or Post Design Services (PDS). Those Potential Providers who are selected following the DPQQ exercise and subsequently Invited To Tender (ITT) will, as part of the ITT exercise, be provided with an indicative list of NSNs that may be procured during the life of the Framework Agreement; and will be required to confirm which of these NSNs they can supply including relevant evidence to support such statements. If successful in their bid, Tenderers will be responsible for: * Responding to Requests for Quotation (RFQs) raised by the Authority, depending on operational demand; * Sourcing and delivering items, conforming to their NATO specifications; * Ensuring compliance with safety and quality standards; * Managing traceability back to source at a unit level; * Reporting on obsolescence, if encountered, during the procurement process; * Transporting items safely and securely following HAZMAT and COSHH and other relevant guidelines; * Delivering to UK MOD secure facilities. The duration of the Framework Agreement is intended to be a maximum of seven (7) years from 1 May 2021 until 31 March 2028, with an estimated value between PS120,000,000 and PS400,000,000 GBP. However, due to the nature of how a Framework Agreement operates, there is no guaranteed order amount or quantity of work. Expressions of Interest to participate in this requirement are to be submitted on the Defence Contracts Online (DCO) portal by completing the DPQQ, reference 7T42D76JCP. Additional information: To view this notice, register as a supplier here: http://www.contracts.mod.uk/delta/signup.html?userType=supplier and search for the notice with reference 'UK-Bristol: Parts of military vehicles.'.",
        "datePublished": "2020-07-24T16:00:01+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35420000",
            "description": "Parts of military vehicles"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 120000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 400000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2020-09-03T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-05-01T00:00:00+01:00",
            "endDate": "2028-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/e303952e-b6ce-4a80-8461-d4255c7f5968",
                "datePublished": "2020-07-24T16:00:01+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-148212",
            "name": "Ministry of Defence, Land Equipment, Vehicle Support Team",
            "identifier": {
                "legalName": "Ministry of Defence, Land Equipment, Vehicle Support Team"
            },
            "address": {
                "streetAddress": "Cedar 1a #3157, MoD Abbey Wood South",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "UK"
            },
            "contactPoint": {
                "email": "deslevs-comrclteam@mod.gov.uk",
                "telephone": "+441179130000"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-148212",
        "name": "Ministry of Defence, Land Equipment, Vehicle Support Team"
    }
}