Notice Information
Notice Title
Modified Civilian Operational Vehicle Support Arrangement (MCOV SA)
Notice 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
Lot Information
Lot 1
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. Additional information: The Cyber Risk Profile for this Contract, identified by the Cyber Risk Assessment, is Moderate (Reference - RAR-TDM2473Q ).
Options: Option to extend the contract for 2 additional years, in 1 year iterations
Renewal: Option to extend the contract for 2 additional years, in 1 year iterations
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02a6a3
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/007986-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
50 - Repair and maintenance services
-
- CPV Codes
34000000 - Transport equipment and auxiliary products to transportation
50100000 - Repair, maintenance and associated services of vehicles and related equipment
Notice Value(s)
- Tender Value
- £2,000,000 £1M-£10M
- Lots Value
- £2,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Apr 20214 years ago
- Submission Deadline
- 17 May 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Not specified
- Contact Email
- liam.gill105@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRISTOL
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-02a6a3-2021-04-15T22:55:03+01:00",
"date": "2021-04-15T22:55:03+01:00",
"ocid": "ocds-h6vhtk-02a6a3",
"initiationType": "tender",
"tender": {
"id": "700212314",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Modified Civilian Operational Vehicle Support Arrangement (MCOV SA)",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50100000",
"description": "Repair, maintenance and associated services of vehicles and related equipment"
},
"mainProcurementCategory": "services",
"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",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"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 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. Additional information: The Cyber Risk Profile for this Contract, identified by the Cyber Risk Assessment, is Moderate (Reference - RAR-TDM2473Q ).",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend the contract for 2 additional years, in 1 year iterations"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend the contract for 2 additional years, in 1 year iterations"
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34000000",
"description": "Transport equipment and auxiliary products to transportation"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://www.contracts.mod.uk",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-05-17T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-5483",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Bristol",
"region": "UKK11",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Liam.Gill105@mod.gov.uk",
"url": "https://www.contracts.mod.uk/esop/toolkit/negotiation/rfq/modifyRfq.do?from=menu&_ncp=1616158680898.2167794-2"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/ministry-of-defence",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-12607",
"name": "UK Ministry of Defence",
"identifier": {
"legalName": "UK Ministry of Defence"
},
"address": {
"streetAddress": "Abbey Wood, Bristol, BS34 8JH",
"locality": "Bristol",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Victoria.Simmonds101@mod.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-5483",
"name": "Ministry of Defence"
},
"language": "en"
}