Tender

OI/0077 - Tactical Power Support (TPS)

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

30 Sep 2022 at 12:40

Summary of the contracting process

The Ministry of Defence, acting as the buyer, has issued a tender with the title "OI/0077 - Tactical Power Support (TPS)" in the services category. This procurement aims to acquire fleet management, repair, and maintenance services for generators, with a total value of £40,000,000. The tender is currently in the active stage, with a closing date set for October 31, 2022. The opportunity is available for interested businesses on the eTendering portal. The procurement method is selective, with negotiations expected in the process.

This tender presents an opportunity for businesses involved in fleet management, repair, and maintenance services within the defence sector. Companies with expertise in providing through life support services, including maintenance, repair, asset management, and provision of spares, are well-suited to compete. The contract duration is set for 5 years and 4 months, with options for extensions up to 8 years and 4 months. Interested businesses need to engage with the eTendering portal by registering their interest and following the supplier instructions provided to participate in the tendering process.

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

OI/0077 - Tactical Power Support (TPS)

Notice Description

Tactical Power Support (TPS) - OI/0077 - 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). Please see description in section "II.2.1" Quantity or scope: Short Description of the contract or purchase: Tactical Power Support (TPS) - OI/0077 - 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 April 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 Army's operating capability. 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, with the full and detailed requirement to be set out in the ITN; * Lightweight Field Generators (LFG) - Approx. 3,500 x 2kW generators * Variable-Tactical Electrical Generators (V-TEG) - Approx. 100 Variable Speed 2-6.5kW generators * Field Electrical Power Distribution System (FEPDS) and Power Management Distribution System (PMDS) - Approx. 6,000 x Military style electrical distribution boxes * Cables - Approx. 12,000 of various lengths Service: Tactical Power Support'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; Service and Asset Transition from current capability provider, 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 fleet of equipment will be held at various readiness levels to meet operational planning assumptions. This includes a contractor held readiness element, which will be required to move within as little as 5 to 10 calendar days' notice. A limited version of the current support service Statement of Work has been uploaded as a supporting document to this notice. Please note, this is for the purposes of providing context of the current service ONLY; 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. 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 the LFG equipment. Duration: Starting from Contract Award in April 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 operation of CFA from August 2023. There will be a phased introduction during transition from the current capability provider 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 and 4 (four) months, with options to extend by up to a further 3 (three) years, to a maximum duration of 8 (eight) years and 4 (four) months. Duration Breakdown: * 4 (four) months of equipment and service transition from Contract Award, to begin CFA in August 2023. * 5 (five) years of CFA service from August 2023 through to July 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. Link to Opportunity Listing and PQQ https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=54957

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0371d2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/027490-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50111000 - Fleet management, repair and maintenance services

50532300 - Repair and maintenance services of generators

50532400 - Repair and maintenance services of electrical distribution equipment

Notice Value(s)

Tender Value
£40,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Sep 20223 years ago
Submission Deadline
31 Oct 2022Expired
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
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Attn: John Pugh
Contact Email
john.pugh893@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-0371d2-2022-09-30T13:40:15+01:00",
    "date": "2022-09-30T13:40:15+01:00",
    "ocid": "ocds-h6vhtk-0371d2",
    "description": "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-246614380). A full description of the Cyber Risk levels is available at DEFSTAN 05-138. https://www.dstan.mod.uk/ 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. Link to Opportunity Listing and PQQ https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=54957",
    "initiationType": "tender",
    "tender": {
        "id": "OI/0077 - TPS",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "OI/0077 - Tactical Power Support (TPS)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50111000",
            "description": "Fleet management, repair and maintenance services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "50532300",
                "description": "Repair and maintenance services of generators"
            },
            {
                "scheme": "CPV",
                "id": "50532400",
                "description": "Repair and maintenance services of electrical distribution equipment"
            },
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "1",
                "description": "Maintenance and repair services"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "Tactical Power Support (TPS) - OI/0077 - 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). Please see description in section \"II.2.1\" Quantity or scope: Short Description of the contract or purchase: Tactical Power Support (TPS) - OI/0077 - 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 April 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 Army's operating capability. 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, with the full and detailed requirement to be set out in the ITN; * Lightweight Field Generators (LFG) - Approx. 3,500 x 2kW generators * Variable-Tactical Electrical Generators (V-TEG) - Approx. 100 Variable Speed 2-6.5kW generators * Field Electrical Power Distribution System (FEPDS) and Power Management Distribution System (PMDS) - Approx. 6,000 x Military style electrical distribution boxes * Cables - Approx. 12,000 of various lengths Service: Tactical Power Support'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; Service and Asset Transition from current capability provider, 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 fleet of equipment will be held at various readiness levels to meet operational planning assumptions. This includes a contractor held readiness element, which will be required to move within as little as 5 to 10 calendar days' notice. A limited version of the current support service Statement of Work has been uploaded as a supporting document to this notice. Please note, this is for the purposes of providing context of the current service ONLY; 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. 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 the LFG equipment. Duration: Starting from Contract Award in April 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 operation of CFA from August 2023. There will be a phased introduction during transition from the current capability provider 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 and 4 (four) months, with options to extend by up to a further 3 (three) years, to a maximum duration of 8 (eight) years and 4 (four) months. Duration Breakdown: * 4 (four) months of equipment and service transition from Contract Award, to begin CFA in August 2023. * 5 (five) years of CFA service from August 2023 through to July 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. Link to Opportunity Listing and PQQ https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=54957",
        "value": {
            "amount": 40000000,
            "currency": "GBP"
        },
        "hasOptions": true,
        "options": {
            "description": "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."
        },
        "hasRenewal": true,
        "contractPeriod": {
            "durationInDays": 3000
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "United Kingdom"
                }
            }
        ],
        "subcontracting": {
            "description": "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."
        },
        "submissionTerms": {
            "variantPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "communication": {
            "documentAvailabilityPeriod": {
                "endDate": "2022-10-28T23:59:00+01:00"
            }
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.contracts.mod.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "suitability",
                    "description": "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.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "economic",
                    "description": "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": "Full details are included within the associated DPQQ for this procurement.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Full details are included within the associated DPQQ for this procurement.",
                    "minimum": "Full details are included within the associated DPQQ for this procurement.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Full details are included within the associated DPQQ for this procurement.",
                    "minimum": "Full details are included within the associated DPQQ for this procurement.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Full details are included within the associated DPQQ for this procurement.",
                    "minimum": "Full details are included within the associated DPQQ for this procurement.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                }
            ],
            "description": "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 16/10/2022. Link to PQQ - https://www.contracts.mod.uk/go/10886414018384B6C557"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated",
        "secondStage": {
            "minimumCandidates": 5,
            "maximumCandidates": 5
        },
        "tenderPeriod": {
            "endDate": "2022-10-31T23:59:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-16849",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: John Pugh",
                "email": "John.Pugh893@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://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"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-16849",
        "name": "Ministry of Defence"
    },
    "language": "en"
}