Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

VEAT

Power Capability Extension (PCE)

  • First published: 20 November 2020
  • Last modified: 20 November 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Ministry of Defence, Land Equipment, Operational Infrastructure
Authority ID:
AA80225
Publication date:
20 November 2020
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The PCE fleet of equipment to be supported will be comprised of two components – the first (Component 1) to be provided as Government Furnished Equipment (GFE), and the second (Component 2) to be met solely by the PCE Contractor.

The contract duration will be for 6 (six) years, but with options to extend by up to a further 4 (four) years, to a maximum duration of 10 (ten) years:

— maximum of 1 (one) year from contract award to set up the service and physically transition equipment to the contractor, to commence full CFA in July 2022,

— 5 (five) years of CFA service through to July 2027,

— contract extensions of 4 (four) x one (1) year options, for additional CFA service,

— additional purchases of equipment/services in line with the requirement.

Full notice text

Voluntary ex ante transparency notice

Directive 2009/81/EC

Section I: Contracting authority

I.1) Name and addresses

Ministry of Defence, Land Equipment, Operational Infrastructure

Abbey Wood

Bristol

BS34 8JH

UK

Contact person: Rob Franklin

Telephone: +44 3067987316

E-mail: robert.franklin105@mod.gov.uk

NUTS: UKK11

Internet address(es)

Main address: https://www.gov.uk/government/organisations/ministry-of-defence

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Defence

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Power Capability Extension (PCE)

Reference number: OI/0064

II.1.2) Main CPV code

50111000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Fleet management, repair and maintenance services. Power Capability Extension (PCE) seeks to manage the provision of General Purpose Power (GPP) as an interim solution between the end of the two contracts that provide the current provision for capability in July 2022 and the delivery of the replacement provision, Manoeuvre Power (Man-P), in 2027 (estimated). Man-P is scoped to combine the two GPP requirements into a single provision and is anticipated to be a competitive procurement.

GPP provides support for equipment including electrical power generators across the 2 kW to 40 kW range and electrical distribution equipment in 3 and 1 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.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 100 000 000.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM.

II.2.4) Description of the procurement

The PCE fleet of equipment to be supported will be comprised of two components – the first (Component 1) to be provided as Government Furnished Equipment (GFE), and the second (Component 2) to be met solely by the PCE Contractor.

The contract duration will be for 6 (six) years, but with options to extend by up to a further 4 (four) years, to a maximum duration of 10 (ten) years:

— maximum of 1 (one) year from contract award to set up the service and physically transition equipment to the contractor, to commence full CFA in July 2022,

— 5 (five) years of CFA service through to July 2027,

— contract extensions of 4 (four) x one (1) year options, for additional CFA service,

— additional purchases of equipment/services in line with the requirement.

II.2.11) Information about options

Options: Yes

Description of options:

— contract extensions of 4 (four) x one (1) year options, for additional CFA service,

— additional purchases of equipment/services in line with the requirement.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The contract has not been awarded. This notification is of intention to place a contract.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure without publication of a contract notice

Justification for selected award procedure:

The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons

Explanation:

Operational Infrastructure, part of the UK Ministry of Defence, intends to place a new contract, OI/0064 Power Capability Extension (PCE).

The new PCE contract seeks to manage the provision of General Purpose Power (GPP) as an interim support solution in order to transition to Manoeuvre Power (Man-P). Man- P will combine GPP requirements into a single provision, which is anticipated to a be a competitive procurement in 2027 (estimated).

The PCE support contract shall be for a period of up to 6 years (4 Option years) to provide in-service support until the new Manoeuvre Power capability is in service. It is anticipated that the contract value will be GBP 65 million for the 6 year term, rising to an additional GBP 35 million, should all option years be invoked.

It is considered that current competition is cancelled and the PCE contract can be placed with the current incumbent, Powerfield Limited (T/A Rolls Royce Distributed Generation Systems) using the negotiated procedure without prior publication of a contract notice pursuant to Article 28(1)(e) of Directive 2009/81/EC (Regulation 16 (1)(a)(ii) of the Defence and Security Public Contract Regulations 2011) for technical reasons. This is because Powerfield Ltd (T/A Rolls Royce Distributed Generation Systems was the only successful supplier to pass the Dynamic Pre-Qualification Questionnaire (DPQQ) stage. Therefore, only Powerfield Ltd (T/A Rolls Royce Distributed Generation Systems) has the technical capability, knowledge, resources and ability to manage the provision of GPP.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 170-412643

Section V: Award of contract/concession

Contract No: OI/0064

Title: Power Capability Extension (PCE)

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

15/11/2020

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Powerfield Ltd (T/A Rolls-Royce DGS)

Barlow Drive, Woodford Park, Winsford

Cheshire

CW7 2JZ

UK

Telephone: +44 1606596699

E-mail: sarah.baines@rolls-royce.com

NUTS: UKD6

Internet address(es)

URL: https://www.rolls-royce.com/products-and-services/defence/land/distributed-generation-systems-land.aspx

The contractor is an SME: No

V.2.4) Information on value of the concession and main financing terms (excluding VAT)

Initial estimated total value of the contract/lot/concession: 65 000 000.00 GBP

Total value of the concession/lot: 100 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

https://www.gov.uk/government/publications/government-security-classifications

Advertising Regime OJEU: this contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-20201116-DCB-17374055

VI.4) Procedures for review

VI.4.1) Review body

Ministry of Defence, Land Equipment, Operational Infrastructure

#4140, Elm 1C

Bristol

BS34 8JH

UK

Telephone: +44 3067987316

E-mail: robert.franklin105@mod.gov.uk

VI.4.2) Body responsible for mediation procedures

Ministry of Defence, Land Equipment, Operational Infrastructure

#4140, Elm 1C

Bristol

BS34 8JH

UK

Telephone: +44 3067987316

E-mail: robert.franklin105@mod.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Ministry of Defence, Land Equipment, Other

#4140, Elm 1C

Bristol

BS34 8JH

UK

Telephone: +44 3067987316

E-mail: robert.franklin105@mod.gov.uk

VI.5) Date of dispatch of this notice

16/11/2020

Coding

Commodity categories

ID Title Parent category
50111000 Fleet management, repair and maintenance services Repair and maintenance services of motor vehicles and associated equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
robert.franklin105@mod.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.