Tender

Modified Civilian Operational Vehicle Support Arrangement (MCOV SA)

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

15 Apr 2021 at 21:55

Summary of the contracting process

The Ministry of Defence is currently conducting a tender for the "Modified Civilian Operational Vehicle Support Arrangement (MCOV SA)" in the UK, aimed at supporting a fleet of modified Commercial Off The Shelf (COTS) civilian operational vehicles. The procurement falls under the category of services, specifically for the repair and maintenance of vehicles. The active tender period is open until the submission deadline on 17 May 2021. The contract is valued at £2,000,000 and provides an option to extend for an additional two years. Bidders must demonstrate compliance with specific security classifications and hold or be able to obtain List X Status.

This tender presents substantial opportunities for businesses with expertise in vehicle support services, including preventative and reactive maintenance, accident management, and technical support. Companies providing UK-wide services, particularly those with robust supply chains and facilities closely located to Ministry of Defence sites, are well-suited to compete. Additionally, having a certified ISO 9001 Quality Management System will be advantageous for bidders. Engaging with this contract can help businesses solidify partnerships within the public sector and expand their operations in the defence industry.

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

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

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

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

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-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"
}