OI/0078 - Field Electrical Power Supplies - Support (FEPS-S)

A Tender Notice
by MINISTRY OF DEFENCE

Source
Find a Tender
Type
Contract (Services)
Duration
8 year
Value
£0-£48M
Sector
TRANSPORT
Published
16 Dec 2022
Delivery
To 13 Dec 2030 (est.)
Deadline
24 Jan 2023 17:00

Concepts

Location

United Kingdom

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Field Electrical Power Supplies - Support (FEPS-S) - OI/0078 – 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 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 Front Line Commands’ operating capability. 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 all Standard variant FEPS equipment. Opportunity listing, with PQQ: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55471 Quantity or scope: 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 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 ITN; • 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. 500 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 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 (Babcock Land Defence Limited) who is responsible for the provision of Level 1-3 Maintenance for all Standard variant FEPS equipment. The fleet of equipment will be held at various readiness levels to meet operational planning assumptions. A limited version of the Statement of Work (SoW) in draft form has been uploaded 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 ITN. Duration Starting from Contract Award in October 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 full operation of CFA from March 2024. 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 as Man-P is introduced (current estimate 2028). The Contract duration will be for 5 (five) years, with options to extend by up to a further 3 (three) years, to a maximum duration of 8 (eight) years. Duration Breakdown: • 2.5 (two and a half) months of equipment transition and establishing service, from Contract Award in October 2023, to CFA service in mid-December 2023. • 4 (four) full years and then 9.5 (nine and a half) months of CFA service from mid-December 2023, to end of contract in September 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.

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-170449397). 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. Prior Information Notice: https://www.find-tender.service.gov.uk/Notice/032067-2022 Opportunity Listing & PQQ: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55471 Key dates (estimated): Final date for DPQQ Clarification Questions - 9 January 2023 DPQQs returned to MOD - 24 January 2023 Invitation to Negotiate Issued - February 2023 Tenders Returned to MOD - April 2023 Authority Evaluation of ITN Completed - July 2023 Anticipated Date of Contract Award - October 2023 Contract Expiry - September 2028

Reference

Domains