Published date: 18 February 2025
Open opportunity - This means that the contract is currently active, and the buying department is looking for potential suppliers to fulfil the contract.
Watch this notice
Print this notice
Closing: 20 March 2025, 5pm
Contract summary
Industry
Fleet management, repair and maintenance services - 50111000
Location of contract
Any region
Value of contract
£60,000,000
Procurement reference
tender_467116/1417767
Published date
18 February 2025
Closing date
20 March 2025
Closing time
5pm
Contract start date
1 October 2025
Contract end date
30 September 2030
Contract type
Service contract
Procedure type
Restricted procedure (above threshold)
What is a restricted procedure (above threshold)?
A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
No
Contract is suitable for VCSEs?
No
Description
Field Electrical Power Supplies - Support (FEPS-S) - OI/0094 - 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 run for five years from October 2025 (estimated) until September 2030 (excluding options), with exit review points at the end of years 3 and 4.
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 ITT;
- 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. 150 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 Organisation, 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) who is responsible for the provision of Level 2-3 Maintenance for all Standard variant FEPS equipment under the Service Provision and Transformation Contract (SPTC).
The fleet of equipment will be held at various readiness levels to meet operational planning assumptions.
A limited service description in draft form is available 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 ITT.
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.
Further information in relation to this opportunity can be found in the "additional text" and links section.
Supplier Selection for involvement in this procurement is via Pre-Qualification Questionnaire (PQQ), linked to the Opportunity Listing.
More information
Attachments
-
-
20250218-OI_0094_FEPS-S - DPQQ-Scoring Guidance.pdf
-
20250218-OI_0094_FEPS-S - DPQQ-Scoring Guidance
-
-
20250218-OI_0094_FEPS-S - Limited Service Description at DPQQ.pdf
-
20250218-OI_0094_FEPS-S - Limited Service Description at DPQQ
-
-
20250218-OI_0094_FEPS-S - Requirement Overview.pdf
-
20250218-OI_0094_FEPS-S - Requirement Overview
Links
-
-
https://www.contracts.mod.uk
-
Link to eSourcing Portal
-
-
https://www.find-tender.service.gov.uk/Notice/005521-2025
-
Link to the Find a Tender Service Notice for FEPS-S
-
-
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=58941
-
Opportunity Listing for FEPS-S, includes link to PQQ
Additional text
-
Economic and financial standing:
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 the Opportunity Listing on Find a Tender Service
The Authority will not award a contract to a dormant supplier. Any Potential Provider currently identified as dormant must confirm they will begin trading by no later than Contract Award, which is currently estimated to be 1 October 2025.
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.
Limitations on the number of operators who will be invited to tender or to participate:
Envisaged max 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 listing on Find a Tender Service.
Please note, if you have any clarification questions for any elements of the Contract Notice and associated DPQQ, the deadline for submission to the Authority point of contact is 28th February 2025.
Additional Information:
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is LOW (Ref - RAR-241003A08).
The Cyber requirements must be met by no later than Contract Award, which is currently estimated to be 1 October 2025. Further details will be stated within the associated FEPS-S ITT.
Key dates (estimated):
Final date for DPQQ Clarification Questions - 28 February 2025
DPQQs returned to MOD - 20 March 2025
Invitation to Tender - 1 May 2025
Tenders Returned to MOD - 26 June 2025
Authority Evaluation of ITN Completed - July/August 2025
Anticipated Date of Contract Award - 1 October 2025
Contract Expiry - 30 September 2030
How to apply
Follow the instructions given in the description or the more information section.
Is there anything wrong with this page?