Tender

OI/0094 - Field Electrical Power Supplies - Support (FEPS-S)

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

18 Feb 2025 at 10:11

Summary of the contracting process

The Ministry of Defence is soliciting tenders for its "OI/0094 - Field Electrical Power Supplies - Support (FEPS-S)" project, focused on fleet management, repair, and maintenance services for government-furnished electrical generators. This procurement falls under the defence industry category, specifically fleet management, repair and maintenance services. The contract, which is currently at the tender stage, involves providing support from October 2025 until September 2030, with the invitation to tender set for 1 May 2025 and tenders due by 26 June 2025. The anticipated date for contract award is 1 October 2025.

This tender opens significant opportunities for businesses specialising in electrical power supply services, particularly those with experience in fleet management and maintenance. Companies engaged in the maintenance of generators and electrical distribution equipment will find this contract especially beneficial. The requirement includes working collaboratively with an existing provider, Babcock, for Level 2-3 maintenance. Additionally, businesses that can ensure compliance with ISO9001:2015 certification and manage government-furnished equipment efficiently will be well-suited to compete. The contract provides a stable, long-term growth opportunity, with potential extensions of up to three additional years, bringing the maximum duration to eight years.

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/0094 - Field Electrical Power Supplies - Support (FEPS-S)

Notice Description

Field Electrical Power Supplies - Support (FEPS-S) - OI/0094 - 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 October 2025 (estimated) and the equipment Out of Service Date (OSD) of 2030. In future, the components of GPP are likely to be combined into a single requirement, to be provided under "Manoeuvre Power" (Man-P). Man-P is anticipated to be a competitive procurement, starting in 2029 (estimated). 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 Front Line Commands' operating capability. The Contractor will be required to work with an incumbent provider (Babcock) who is responsible for the provision of Level 2-3 Maintenance for all Standard variant FEPS equipment under the Service Provision and Transformation Contract (SPTC). Link to the Opportunity Listing and associated DPQQ: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=58941 Quantity or scope: Equipment The equipment will be provided as Government Furnished Equipment (GFE). Below is a limited summary of the equipment to be supported including the approximate number of FEPS fleet currently held by the Authority. The full and detailed requirement, including an update on the quantities is to be set out in the ITT; * Approx. 840 x Generators in the 8kW to 40kW range, of which: o Approx. 40 x 8/12kW Generators o Approx. 500 x 16/24kW Generators o Approx. 300 x 40kW Generators * These are primarily Standard variant FEPS generators, with some Wading variant FEPS generators. There may also be a requirement for the Contractor to have custody of approx. 150 additional residual FEPS generators. Service FEPS-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; Asset Transition from current location, Responsibility as Design Organisation, 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 Contractor will be required to work with an incumbent provider (Babcock) who is responsible for the provision of Level 2-3 Maintenance for all Standard variant FEPS equipment under the Service Provision and Transformation Contract (SPTC). The fleet of equipment will be held at various readiness levels to meet operational planning assumptions. A limited service description in draft form is available as a supporting document to this CN. Please note, this is for the purposes of providing context of the expected service ONLY and is subject to change; 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 ITT. Duration Starting from Contract Award in October 2025 (estimate), 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 December 2025. There will be a phased introduction during the equipment transition from the current premises and a phased reduction in the level of service at the latter end of this Contract (2030 equipment OSD). The Contract duration will be for 5 (five) years, with exit review points at the end of years 3 (three) and 4 (four). There will be options to extend by up to a further 3 (three) years, to a maximum duration of 8 (eight) years. Duration Breakdown: * 2 (two) months of equipment transition and establishing service, from Contract Award in October 2025 (estimate), to CFA service in December 2025. * 4 (four) full years and 10 (ten) months of CFA service from December 2025 (estimate), to end of contract in September 2030. 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e317
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005521-2025
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
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
£60,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Feb 20251 years ago
Submission Deadline
20 Mar 2025Expired
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
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
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-04e317-2025-02-18T10:11:31Z",
    "date": "2025-02-18T10:11:31Z",
    "ocid": "ocds-h6vhtk-04e317",
    "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-241003A08). The Cyber requirements must be met by no later than Contract Award, which is currently estimated to be 1 October 2025. Further details will be stated within the associated FEPS-S ITT. Opportunity Listing & PQQ: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=58941 Key dates (estimated): Final date for DPQQ Clarification Questions - 28 February 2025 DPQQs returned to MOD - 20 March 2025 Invitation to Tender - 1 May 2025 Tenders Returned to MOD - 26 June 2025 Authority Evaluation of ITN Completed - July/August 2025 Anticipated Date of Contract Award - 1 October 2025 Contract Expiry - 30 September 2030",
    "initiationType": "tender",
    "tender": {
        "id": "OI/0094 - FEPS-S",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "OI/0094 - Field Electrical Power Supplies - Support (FEPS-S)",
        "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": "Field Electrical Power Supplies - Support (FEPS-S) - OI/0094 - 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 October 2025 (estimated) and the equipment Out of Service Date (OSD) of 2030. In future, the components of GPP are likely to be combined into a single requirement, to be provided under \"Manoeuvre Power\" (Man-P). Man-P is anticipated to be a competitive procurement, starting in 2029 (estimated). 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 Front Line Commands' operating capability. The Contractor will be required to work with an incumbent provider (Babcock) who is responsible for the provision of Level 2-3 Maintenance for all Standard variant FEPS equipment under the Service Provision and Transformation Contract (SPTC). Link to the Opportunity Listing and associated DPQQ: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=58941 Quantity or scope: Equipment The equipment will be provided as Government Furnished Equipment (GFE). Below is a limited summary of the equipment to be supported including the approximate number of FEPS fleet currently held by the Authority. The full and detailed requirement, including an update on the quantities is to be set out in the ITT; * Approx. 840 x Generators in the 8kW to 40kW range, of which: o Approx. 40 x 8/12kW Generators o Approx. 500 x 16/24kW Generators o Approx. 300 x 40kW Generators * These are primarily Standard variant FEPS generators, with some Wading variant FEPS generators. There may also be a requirement for the Contractor to have custody of approx. 150 additional residual FEPS generators. Service FEPS-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; Asset Transition from current location, Responsibility as Design Organisation, 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 Contractor will be required to work with an incumbent provider (Babcock) who is responsible for the provision of Level 2-3 Maintenance for all Standard variant FEPS equipment under the Service Provision and Transformation Contract (SPTC). The fleet of equipment will be held at various readiness levels to meet operational planning assumptions. A limited service description in draft form is available as a supporting document to this CN. Please note, this is for the purposes of providing context of the expected service ONLY and is subject to change; 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 ITT. Duration Starting from Contract Award in October 2025 (estimate), 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 December 2025. There will be a phased introduction during the equipment transition from the current premises and a phased reduction in the level of service at the latter end of this Contract (2030 equipment OSD). The Contract duration will be for 5 (five) years, with exit review points at the end of years 3 (three) and 4 (four). There will be options to extend by up to a further 3 (three) years, to a maximum duration of 8 (eight) years. Duration Breakdown: * 2 (two) months of equipment transition and establishing service, from Contract Award in October 2025 (estimate), to CFA service in December 2025. * 4 (four) full years and 10 (ten) months of CFA service from December 2025 (estimate), to end of contract in September 2030. 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.",
        "value": {
            "amount": 60000000,
            "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": 1800
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ]
            }
        ],
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "languages": [
                "en"
            ]
        },
        "communication": {
            "documentAvailabilityPeriod": {
                "endDate": "2025-02-28T17:00:00Z"
            }
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=58941",
        "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 the Opportunity Listing on Find a Tender Service. The Authority will not award a contract to a dormant supplier. Any Potential Provider currently identified as dormant must confirm they will begin trading by no later than Contract Award, which is currently estimated to be 1 October 2025. 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 Prospective contractors are required to hold Quality Management System certification to ISO9001:2015 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.",
                    "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 Opportunity Notice. Please note, if you have any clarification questions for any elements of the Opportunity Notice and associated DPQQ, the deadline for submission to the Authority point of contact is 28 February 2025."
        },
        "documents": [
            {
                "id": 1,
                "documentType": "biddingDocuments",
                "url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=58941"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted",
        "secondStage": {
            "minimumCandidates": 5,
            "maximumCandidates": 5
        },
        "tenderPeriod": {
            "endDate": "2025-03-20T17:00:00Z"
        },
        "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: Robert Franklin",
                "email": "Robert.Franklin105@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "buyerProfile": "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"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-16849",
        "name": "Ministry of Defence"
    },
    "language": "en"
}