OI/0077 - Tactical Power Support (TPS)

A Tender Notice
by MINISTRY OF DEFENCE

Source
Find a Tender
Type
Contract (Services)
Duration
8 year
Value
£0-£40M
Sector
TRANSPORT
Published
30 Sep 2022
Delivery
To 17 Jan 2031 (est.)
Deadline
31 Oct 2022 23:59

Concepts

Location

United Kingdom

Geochart for 1 buyers and 0 suppliers

1 buyer

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

CPV Codes

  • 50111000 - Fleet management, repair and maintenance services

Indicators

  • This is a one-off contract (no recurrence)
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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.

Reference

Domains