OI/0094 - Field Electrical Power Supplies - Support (FEPS-S)
Published
Buyer
Value
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. Additional information: 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
Timeline
Publish date
3 days ago
Close date
in 27 days
Buyer information
Ministry of Defence
- Contact:
- Rob Franklin
- Email:
- robert.franklin105@mod.gov.uk
Explore contracts and tenders relating to Ministry of Defence
Go to buyer profileSource
Contracts FinderTender tracking
Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.
Proactive prospecting
Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.
360° account briefings
Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.
Collaboration tools
Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.
Explore similar tenders and contracts
Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.
- Openclosing
OI/0094 - Field Electrical Power Supplies - Support (FEPS-S)
Ministry of Defence
60,000,000 GBP
Published 3 days ago
- Openclosing
Fully Managed Service for Mobile Breast Screening Trailers [5253384]
HSC Business Services Organisation
7,240,000 GBP
Published 7 days ago
- Openclosing
SELECT LIST FOR FLEET REPAIRS, INSPECTIONS, PARTS AND SPARES TO SMALL VEHICLES, LARGE VEHICLES, SWEEPER VEHICLES, PLANT AND MACHINERY
Mid and East Antrim Borough Council
Published 7 days ago
- Closed
Service provision of MOT Tachograph repairs and calibration, MOT prewash and Inspection for vehicles above 3500kgs
Renfrewshire Council
Published 16 days ago
- Openclosing
Land Train Repair & Maintenance Services
Bournemouth Christchurch and Poole Council
203,000 GBP
Published 28 days ago
- Openclosing
Framework Agreement for the Provision of Vehicle Service, Maintenance and Mechanical Repair Services
Police and Crime Commissioner for South Wales
400,000 GBP
Published 28 days ago
Explore other contracts published by Ministry of Defence
Explore more open tenders, recent contract awards and upcoming contract expiries published by Ministry of Defence.
- Unknown
Future Defence Support Services (FDSS) Phase 1 Pre-Market Engagement
Ministry of Defence
Published in 2 years
- Openclosing
DM/00177 Equipment & Services Support Provider (ESSP)
Ministry of Defence
5,000,000 GBP
Published today
- Openclosing
FDIS - Woodbridge LPG Network Replacement (Design & Build) for 200 properties - FY2025/26 - Amey Central Region - East
Ministry of Defence
870,000 GBP
Published today
- Openclosing
713433450 - Supply of LPG to MoD Sites in Italy
Ministry of Defence
854,000 GBP
Published today
- Openclosing
DM/00177 Equipment & Services Support Provider (ESSP)
Ministry of Defence
5,000,000 GBP
Published today
- Openclosing
713433450 - Supply of LPG to MOD sites in Italy
Ministry of Defence
854,000 GBP
Published today
Explore more suppliers to Ministry of Defence
Sign upExplore top buyers for public sector contracts
Discover open tenders, contract awards and upcoming contract expiries of thousands of public sector buyers below. Gain insights into their procurement activity, historical purchasing trends and more.
- Derby City Council
- North East Scotland College
- NHS Castle Point and Rochford Clinical Commissioning Group
- Health Research Authority (HRA)
- Ebbsfleet Development Corporation
- Healthcare Improvement Scotland
- LTE Group
- Broadcasting Authority of Ireland
- QE Facilities
- Argyll and the Isles Coast and Countryside Trust (ACT)
- North East Derbyshire District Council
- Bournemouth Borough Council - Main Number
- Springfield School
Explore top sources for public sector contracts
Stotles aggregates public sector contract data from every major procurement data source. We ingest this data and surface the most relevant insights for our users. Explore our list of public sector procurement data sources below.