CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-032067/EN)
Nature of contract:
Procedure: Not applicable

Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence
Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
For the attention of: Rob Franklin
Email: Robert.Franklin105@mod.gov.uk
Internet Address(es):
General address of the contracting authority:
Further information can be obtained from: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Title attributed to the contract by the contracting authority/entity:
OI/0078 – Field Electrical Power Supplies – Support (FEPS-S)
II.2) Type of contract and location of works, place of delivery or of performance:
SERVICES
Service category: Maintenance and repair services
II.3) Information on framework agreement
The notice involves the establishment of a framework agreement:NO
II.4) Short description of nature and scope of works or nature and quantity or value of supplies or services:
Prior Information Note (PIN) – Field Electrical Power Supplies – Support (FEPS-S)
The Ministry of Defence (MOD) has a requirement to provide fleet management, repair and maintenance services for a fleet of Authority-owned generators, which will be provided as Government Furnished Equipment (GFE).
Description of the procurement:
Field Electrical Power Supplies – Support (FEPS-S) main requirement will be for through life support via Contracting for Availability (CFA), which may also include replacing equipment lost through attrition to upkeep availability.
Expected activities that will 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 Contractor will be required to work with an incumbent provider who is responsible for the provision of Level 1-3 Maintenance for a selected amount of the equipment.
Additional Information
This will form one component of the General Purpose Power (GPP) capability, and will run between 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.
Below is a limited summary of the equipment to be supported, with the full and detailed requirement to be set out in the competition:
FEPS Generators:
• Approx. 40 x 8/12kW Generators
• Approx. 500 x 16/24kW Generators
• Approx. 300 x 40kW Generators
These include a number of wading and cold-start variance FEPS generators.
There may also be a requirement for the Contractor to have custody of approx. 500 additional residual FEPS generators.
We are anticipating competition start date to be December 2022 / January 2023.
Lots: The contract is divided into lots: No
II.5) Common procurement vocabulary (CPV):
50111000, 50532400
II.6) Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 19.12.2022
II.7) Additional information:
Planned Contract Notice / Opportunity Listing publication date (with Pre-Qualification Questionnaire) is 19/12/22.
Estimated Contract Award date is 1 July 2023, with award procedure starting to accommodate this.
These dates are subject to change.
96 Months duration is inclusive of Options (5 years + 3 years options).

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be confirmed in Contract Notice / Opportunity Listing if required.
III.2) Conditions for participation
III.2.1) Information about reserved contracts

Section VI: Complementary information
VI.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no.
VI.2) Additional information
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.
VI.3) Information on general regulatory framework
VI.4) Date of dispatch of this notice: 11.11.2022

RELATED ARTICLES

May 30, 2025

Nuclear Deterrence Fund

Type of document: Contract Notice Country: United Kingdom 1. Title: Nuclear Deterrence Fund 2. Awarding Authority: Ministry of Defence MoD Abbey Wood Bristol England BS34 8JH Contact: Email: jonathan.pople101@mod.gov.uk Phone: URL: 3. Contract

May 23, 2025

Pre-Installation Sandown Initial Survey for Sonar Updates

Type of document: Contract Notice Country: United Kingdom 1. Title: Pre-Installation Sandown Initial Survey for Sonar Updates 2. Awarding Authority: Ministry of Defence NCHQ Portsmouth England PO2 8BY Contact: Email: