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: (2023/S 000-025195/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 South
Bristol
Postal code: BS34 8JH
United Kingdom
For the attention of: Hall Megan
Email: megan.hall180@mod.gov.uk
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:
I.3) Main activity:
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:
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
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:Procurement and support for Light Mobility Tactical Platforms (LTMP) Light
II.1.6) Common procurement vocabulary (CPV): 34113000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:

II.1.9) Information about variants:
Variants will be accepted:
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
703466451 LTMP Light
Introduction
Defence Equipment and Support (DE&S) are a bespoke trading entity, and arm’s length body of the Ministry of Defence (MOD). We manage a vast range of complex projects to buy and support all the equipment and services that the Royal Navy, British Army, and Royal Air Force need to operate effectively. We work closely with industry, including through partnering agreements and private finance initiatives. More can be seen at MOD website-

The Light Tactical Mobility Platform (LTMP) Project is to provide the Ministry of Defence with new high tactical mobility platforms that enable the user to conduct dismounted close combat manoeuvres. The Project has been split into two platform types, LTMP Light (Contract Number: 703466451) and LTMP Medium (Contract Number: 70457352) which is advertised separately. Suppliers are invited to bid against either or both Contracts under the respective adverts. This Advert relates to the Light platform.
Specifications
It is expected that this Contract will procure up to one hundred and fifty-six (156) x LTMP Light (Utility Terrain Vehicle (UTV)/ All-Terrain Vehicle (ATV)) platforms, with potential options within the Contract to procure up to a maximum of three hundred and eleven (311) platforms inclusive of the initial procurement. The Contract is for the procurement and through life support of the platforms.
– The Authority requires a supplier with a proven track record of providing support to a vehicle platform fleet. The specifications include, but are not limited to:
-Minimum ground clearance of 180mm+ when fully laden.
-Minimum speed of 40kph on road when platforms are towing a weight of 450kg.
-Minimum Payload capacity is 270kg+.
-The LTMP Light platform can be legally driven on UK highways/roads. 
Please note, suppliers can only bid one (1) platform in this Tender.
The initial support period will be for five (5) years with the option to extend for a further five (5) years in one (1) year iterations.
The value advertised within this advert is inclusive of all potential options and is subject to future funding and approvals.
Further details of the platform, quantities, options, and Contract duration shall be set out within the Invitation to Tender (ITT).
The Project Team is running this procurement using the ITT process as set out in Chapter 16 of the Defence and Security Public Contracts Regulations (DSPCR) 2011.
The Contract Classification is Official Sensitive. The Cyber risk profile for this requirement has been assessed as Very Low. Suppliers will be required to complete the Supplier Assurance Questionnaire (SAQ) as part of the ITT.
Pre-Qualification Tender Stage
The DPQQ (Dynamic Pre-Qualification Questionnaire) will be hosted in the Defence Sourcing Portal (DSP). All Supplier responses will be submitted via the DSP.
The DPQQ will close at 17:00 25th September 2023.
The anticipated timetable for the whole procurement process is as follows:
Activity Timetable
DPQQ Responses Received (30 calendar days)- Planned Completion 25th September 2023
DPQQ Evaluation (Down selected to a Maximum of 5) – Planned Completion October 2023
ITT Issued (40 Calendar Days)- Planned Completion November 2023
Whilst it does not intend to do so, the Authority reserves the right to depart from this Tender timetable at its discretion and will notify Suppliers accordingly throughout the competition.
As this competition is running in parallel to LTMP Medium (Contract Number: 704573452), the Authority will endeavour to deconflict the two Tender schedules.
Selection Criteria
It is a requirement that the potential Bidders shall supply a sample of two (2) platforms at the Trialling Date (estimated February 2024 – April 2024) at no cost to the Authority. As such, it will be necessary to confirm that this is achievable at the DPQQ stage. Should this not be possible, the supplier will be deemed non-compliant and excluded from progressing to the next stage.
Suppliers are to note the Bid Validity period is likely to be approximately 300 days to allow for full approvals. This is due to the Trial Period, approvals and evaluations that need to be incorporated into the schedule. This will have no effect on the outcome of the ITT evaluation.
Estimated value excluding VAT:
10400000.00 GBP
II.2.2) Information about options:
Options: yes

– It is expected that this Contract will procure up to one hundred and fifty-six (156) x LTMP Light (Utility Terrain Vehicle (UTV)/ All-Terrain Vehicle (ATV)) platforms, with the potential option within the Contract to procure up to a maximum of three hundred and eleven (311) platforms inclusive of the initial procurement.
– The initial support period will be for five (5) years with the option to extend for a further five (5) years in one (1) year iterations.

II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion

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
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

Minimum level(s) of standards possibly required:
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Minimum level(s) of standards possibly required:
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
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators:5
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.2) Information about electronic auction

IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
IV.3.2) Previous publication(s) concerning the same contract

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
25.9.2023 – 17:00
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
VI.2) Information about European Union funds
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.
VI.4) Procedures for appeal
VI.5) Date of dispatch of this notice:
25.8.2023

RELATED ARTICLES

May 4, 2026

Supply Chain Notice: WC1680030 - CY-AYN-CISP Tool: 124359-F/U PPM Remedial - Replacement of Chiller- Works WC1831796 - CY-DHK-CIDP Tool Ref: 124360- FY26/27-F/U PPM Remedial - Replacement of Chiller- Works

Type of document: Contract Notice Country: United Kingdom 1. Title: Supply Chain Notice: WC1680030 – CY-AYN-CISP Tool: 124359-F/U PPM Remedial – Replacement

May 3, 2026

715855513 - UK2 - Preliminary Market Engagement

Type of document: Contract Notice Country: United Kingdom Publication Ref: 040676/S 000-2026 Nature of contract: Supply contract Procedure: Not specified Regulation of procurement: Not applicable Type