Tender

Heavy Equipment Transporter Interim Capability Solution

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

TenderUpdate

12 Apr 2022 at 09:52

Tender

14 Feb 2022 at 22:45

Summary of the contracting process

The "Heavy Equipment Transporter Interim Capability Solution" tender, managed by the Ministry of Defence, is currently at the Planning stage. This procurement, classified under vehicle-fleet management services, is located in Bristol, UK. The process involves a Negotiated Procedure as outlined in the Defence and Security Public Contract Regulations (2011), and key dates include the deadline for the Dynamic Pre-Qualification Questionnaire (DPQQ) on 15th March 2022 and the upcoming Invitation to Negotiate (ITN) phase, scheduled to commence in July 2022. The contract aims to develop interim logistics capabilities, with an expected full-service commencement date of 6th July 2024 and a total contract value estimated at £70 million.

This tender presents a significant opportunity for businesses specialising in defence, logistics, and vehicle support services. Companies with experience in fleet management, operational logistics, and militarised vehicle maintenance would be particularly well-suited to compete. Additionally, businesses capable of providing a diverse workforce, including operator and maintenance roles, will be valuable in meeting the Army's requirements for the Heavy Equipment Transporter capability. Engaging in this contracting process can lead to long-term partnerships within the Defence sector, potentially extending through optional contract years beyond the initial three-year term.

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

Heavy Equipment Transporter Interim Capability Solution

Notice Description

This amendment is to update and confirm the procedure which the HET ICS requirement is being tendered against. When the Contract Notice (CN) was released on 14th February 2022 at IV.1.1 (type of procedure) it stated 'Restricted Procedure'. This amendment is to clarify and confirm that the HET ICS requirement is being tendered against the Negotiated Procedure of the Defence and Security Public Contract Regulations (2011). This amendment does not impact the activity undertaken thus far for HET ICS.

Lot Information

Lot 1

The HET ICS Requirement: 6. The Authority is seeking potential providers who have the experience, capacity, and capability to deliver the HET ICS by the 6th July 2024. The HET ICS must provide a trialed and tested fleet of militarised HET trains which can safely move a variety of heavy logistics loads, Armored Fighting Vehicles (AFV) and the Main Battle Tank (MBT) in peacetime, on training exercises, during the transition to war and in war fighting scenarios. The HET is a key logistical vehicle for Defence and is further utilised in the global movement of various cargos across a number of tactical and operational scenarios. 7. The requirement requires the potential provider to deliver a manning structure that embraces the Army's concept of Whole Force Approach (WfA) with the capability being delivered by an integrated combination of regular, reserve (both Regular Reserve and Sponsored Reserves (SR)), civilian & industry resources. 8. In particular reference to the SR requirement, potential providers are to provide: a. 85 SRs in the following professions: i. 68 x Driver Tank Transporter Operators (DTTO) ii. 9 x Royal Electrical and Mechanical Engineering (REME) Maintainers iii. 8 x SR float. 9. The HET fleet is based at the following locations in the numbers shown below but can be flexed between those locations to meet operational demands, but will not exceed the total availability requirement: a. Up to 40 trains at Bulford b. Up to 40 trains at Catterick c. Up to 6 trains in Germany d. Up to 7 trains on Operations. 10. To deliver the HET ICS, the potential provider is to provide a managed service to meet the Army's availability requirements of: a. 89 HET Tractors, b. 86 HET Trailers and c. 3 recovery systems. d. To Note: i. regarding points 10. a-c, there is an existing HET fleet currently providing the capability. The Authority does not intend to procure this fleet and offer it as Government Furnished Equipment (GFE) to fulfil the HET ICS requirement. ii. The potential provider may also have to provide Heavy HET trailers as part of the HET ICS. e. 85 SRs (Operators and Maintainers) as detailed in paragraph 8. f. An integrated logistics support service including fleet management, inventory management, supply chain management, servicing, maintenance, regeneration services and repair and inspection of a fleet of military vehicles. g. Supporting tasks performed in the firm base, deployed benign and deployed tactical environments. h. Sponsored Reserve training. i. Publication and updating of service documents. j. Safety management, including safety documentation. k. A Fleet Management Information System (MIS). 11. HET trains must also meet the following summary technical requirements: a. Comply with the weight / transport requirements within limits of Road Vehicles (Authorisation of Special Types) (General) Order 2003. Special Types; General Order (STGO) Guidance and Highways Regulations. b. Have the ability to move on gravelled / prepared tracks occasionally, alongside the primary ability to move loads via highways and paved roads; c. Remain within STGO guidance for acceptable axle load limitations Gross Axle Weight (GAW); d. Follow the NATO single fuel policy e. Recover non task-worthy vehicles including but not exclusively the MBT with loss of Mobility

Options: HET Interim Capability Solution (ICS) will have a three-year duration with two optional years (3+1+1).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03171d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009696-2022
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

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

50 - Repair and maintenance services

73 - Research and development services and related consultancy services


CPV Codes

34200000 - Vehicle bodies, trailers or semi-trailers

34223300 - Trailers

35400000 - Military vehicles and associated parts

50100000 - Repair, maintenance and associated services of vehicles and related equipment

50111100 - Vehicle-fleet management services

73423000 - Development of military vehicles

Notice Value(s)

Tender Value
£70,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Apr 20223 years ago
Submission Deadline
9 Mar 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
5 Jul 2024 - 6 Jul 2029 Over 5 years
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
deslelca-mdl25@mod.gov.uk, michael.verran100@mod.gov.uk
Contact Phone
Not specified

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
Not specified

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-h6vhtk-03171d-2022-04-12T10:52:43+01:00",
    "date": "2022-04-12T10:52:43+01:00",
    "ocid": "ocds-h6vhtk-03171d",
    "description": "Indicative Timescales: 12. The Authority requires the potential provider to meet the key milestones for the HET ICS, outlined below. 13. The Pre-Qualification phase of the procurement will be undertaken during the below indicative timescales: a. DPQQ Issue Date: 14 Feb 22 (potential providers can ask clarification question from 14 Feb 22 - 23 Feb 2022. Any clarification questions received beyond this date will not be accepted. The Authority will respond to all clarification questions by 2 Mar 2022. b. DPQQ Return Date: 15 Mar 22 c. DPQQ Evaluation Period: Mar - May 22 d. DPQQ issue of outcome letters: Jun 22 14. The ITN phase of the procurement will be undertaken during the below indicative timescales: a. ITN Issue: Jul 22 b. ITN Return: Oct 22 c. ITN Evaluation / Negotiation Period: Oct 22 - Mar 23 d. ITN Issue of Outcome Letters: Q3 2023 e. Contract Award Date: Q1 2024 f. Full-Service Commencement Date: 6th July 2024",
    "initiationType": "tender",
    "tender": {
        "id": "701556391",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Heavy Equipment Transporter Interim Capability Solution",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50111100",
            "description": "Vehicle-fleet management services"
        },
        "mainProcurementCategory": "services",
        "description": "This amendment is to update and confirm the procedure which the HET ICS requirement is being tendered against. When the Contract Notice (CN) was released on 14th February 2022 at IV.1.1 (type of procedure) it stated 'Restricted Procedure'. This amendment is to clarify and confirm that the HET ICS requirement is being tendered against the Negotiated Procedure of the Defence and Security Public Contract Regulations (2011). This amendment does not impact the activity undertaken thus far for HET ICS.",
        "value": {
            "amount": 70000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The HET ICS Requirement: 6. The Authority is seeking potential providers who have the experience, capacity, and capability to deliver the HET ICS by the 6th July 2024. The HET ICS must provide a trialed and tested fleet of militarised HET trains which can safely move a variety of heavy logistics loads, Armored Fighting Vehicles (AFV) and the Main Battle Tank (MBT) in peacetime, on training exercises, during the transition to war and in war fighting scenarios. The HET is a key logistical vehicle for Defence and is further utilised in the global movement of various cargos across a number of tactical and operational scenarios. 7. The requirement requires the potential provider to deliver a manning structure that embraces the Army's concept of Whole Force Approach (WfA) with the capability being delivered by an integrated combination of regular, reserve (both Regular Reserve and Sponsored Reserves (SR)), civilian & industry resources. 8. In particular reference to the SR requirement, potential providers are to provide: a. 85 SRs in the following professions: i. 68 x Driver Tank Transporter Operators (DTTO) ii. 9 x Royal Electrical and Mechanical Engineering (REME) Maintainers iii. 8 x SR float. 9. The HET fleet is based at the following locations in the numbers shown below but can be flexed between those locations to meet operational demands, but will not exceed the total availability requirement: a. Up to 40 trains at Bulford b. Up to 40 trains at Catterick c. Up to 6 trains in Germany d. Up to 7 trains on Operations. 10. To deliver the HET ICS, the potential provider is to provide a managed service to meet the Army's availability requirements of: a. 89 HET Tractors, b. 86 HET Trailers and c. 3 recovery systems. d. To Note: i. regarding points 10. a-c, there is an existing HET fleet currently providing the capability. The Authority does not intend to procure this fleet and offer it as Government Furnished Equipment (GFE) to fulfil the HET ICS requirement. ii. The potential provider may also have to provide Heavy HET trailers as part of the HET ICS. e. 85 SRs (Operators and Maintainers) as detailed in paragraph 8. f. An integrated logistics support service including fleet management, inventory management, supply chain management, servicing, maintenance, regeneration services and repair and inspection of a fleet of military vehicles. g. Supporting tasks performed in the firm base, deployed benign and deployed tactical environments. h. Sponsored Reserve training. i. Publication and updating of service documents. j. Safety management, including safety documentation. k. A Fleet Management Information System (MIS). 11. HET trains must also meet the following summary technical requirements: a. Comply with the weight / transport requirements within limits of Road Vehicles (Authorisation of Special Types) (General) Order 2003. Special Types; General Order (STGO) Guidance and Highways Regulations. b. Have the ability to move on gravelled / prepared tracks occasionally, alongside the primary ability to move loads via highways and paved roads; c. Remain within STGO guidance for acceptable axle load limitations Gross Axle Weight (GAW); d. Follow the NATO single fuel policy e. Recover non task-worthy vehicles including but not exclusively the MBT with loss of Mobility",
                "contractPeriod": {
                    "startDate": "2024-07-06T00:00:00+01:00",
                    "endDate": "2029-07-06T23:59:59+01:00"
                },
                "hasRenewal": false,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Selection of Potential Providers 15. The intent of the DPQQ is to establish compliant potential providers to proceed to the Invitation to Negotiate (ITN) stage. Potential providers will be evaluated as compliant by answering a number of questions in two envelopes that demonstrate both the competency and capability to deliver the Authority's requirement within the published timescales. 16. The DPQQ will be evaluated in two Parts. a. Part 1: Qualification Envelope (Pass/Fail) i. This envelope has a number of questions which will be assessed by the Authority as either Pass or Fail. The potential provider must pass all questions in Part 1 of the DPQQ in order to be taken through to Part 2. b. Part 2: Technical Envelope i. This envelope has six project specific questions. ii. For the six project specific questions, potential providers will be assessed against a scoring criteria which is outlined for each question to meet the overall criteria. iii. A minimum score of 70 marks for technical questions 1, 2, 3 and 4. iv. A minimum score of 30 marks for technical questions 5 and 6. v. Potential providers will take no further part in this procurement if they achieve a score lower than stated at 16 b.iii - 16.b.iv or achieve a score of zero for any project specific questions within the DPQQ. 17. It is the Authority's intent to invite a maximum of 5 potential providers to the ITN Stage. a. In the event that there are less than five, the Authority reserves the right to only take forward submissions that meet the requirements outlined above. b. In the event that there is a tie for 5th place based on a overall cumulative score, then the potential provider with the highest score in the highest weighted project specific question in the technical envelope (1: Delivery of Equipment) will be taken through. If there remains a tie after this, the same process will be followed for the remaining highest weighted project specific question in the technical envelope until there is a winner. c. In the event that there is still a tie, those potential providers that have provided an overall compliant DPQQ response for 5th place will be invited to the ITN Stage."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "HET Interim Capability Solution (ICS) will have a three-year duration with two optional years (3+1+1)."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34200000",
                        "description": "Vehicle bodies, trailers or semi-trailers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34223300",
                        "description": "Trailers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35400000",
                        "description": "Military vehicles and associated parts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50100000",
                        "description": "Repair, maintenance and associated services of vehicles and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73423000",
                        "description": "Development of military vehicles"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://contracts.mod.uk/web/login.html",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2022-03-09T23:59:00Z"
        },
        "secondStage": {
            "invitationDate": "2022-07-04T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 3600
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Type of Procedure : Restricted Procedure"
                        },
                        "newValue": {
                            "text": "Type of Procedure : Competitive Procedure with Negotiation"
                        },
                        "where": {
                            "section": "IV.1.1)",
                            "label": "Type of Procedure"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-44161",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood, #4110, Elm 1a",
                "locality": "Bristol",
                "region": "UK",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Michael.Verran100@mod.gov.uk",
                "url": "https://contracts.mod.uk/web/login.html"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "https://www.contracts.mod.uk/",
                "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"
                    }
                ]
            },
            "additionalContactPoints": [
                {
                    "email": "DESLELCA-MDL25@mod.gov.uk"
                }
            ]
        },
        {
            "id": "GB-FTS-49639",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "#4110 Elm 1A",
                "locality": "Bristol",
                "region": "UK",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "deslelca-mdl25@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://contracts.mod.uk/web/login.html"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-49639",
        "name": "Ministry of Defence"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:007566-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}