CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-027490/EN)
Nature of contract:
Procedure: Not applicable

Contract notice

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: John Pugh
Email: John.Pugh893@mod.gov.uk
Internet Address(es):
General address of the contracting authority: www.gov.uk/government/organisations/ministry-of-defence
Electronic submission of tenders and requests to participate:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: 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) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity: OI/0077 – Tactical Power Support (TPS)
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: United Kingdom
Nuts code:
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Information on framework agreement
II.1.5) Short description of the specific contract:
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”

II.1.6) Common procurement vocabulary (CPV): 50111000, 50532300, 50532400,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: YES
II.2) Quantity or scope of the contract:
II.2.1) Total 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

Estimated value excluding VAT:
40000000 GBP
II.2.2) Information about options:
Options: yes

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.

II.2.3) Information about renewals:
This contract is subject to renewal: yes
Number of possible renewals:
II.3) Duration of the contract or time limit for completion
Duration in months: 100 (from the award of the contract)

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

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.

III.2.2) Economic and financial ability

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 level(s) of standards possibly required:

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.

Full details are included within the associated DPQQ for this procurement.

III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Full details are included within the associated DPQQ for this procurement.
Minimum level(s) of standards possibly required: Full details are included within the associated DPQQ for this procurement.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession:
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators:5
Objective criteria for choosing the limited number of candidates:

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 –

IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction

IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
OI/0077 – TPS
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document

28
10
2022
23:59

Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate
31.10.2022 – 23:59
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
In days:
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) 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.
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.

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

VI.4) Procedures for appeal
VI.5) Date of dispatch of this notice:
30.9.2022

RELATED ARTICLES

May 15, 2026

715862482-Complex Geometry Body Armour - UK1

Type of document: Contract Notice Country: United Kingdom Publication Ref: 044342/S 000-2026 Nature of contract: Supply contract Procedure: Not specified Regulation of procurement: Not applicable Type

May 15, 2026

The Delivery of Level 3 Military Engineering Construction Technician (L3 MECT) Apprenticeship (ST0414) Apprenticeship Assessment (AA)

Type of document: Contract Notice Country: United Kingdom Publication Ref: 044293/S 000-2026 Nature of contract: Service contract Procedure: Not specified Regulation of procurement: Not applicable Type