IRM24/7678 - The Repair of Steering Gear and Hydraulic Assemblies & Associated Items

Open

Value

£950,000

Classifications

  • Repair and maintenance services of military vehicles

Tags

  • tender

Submission Deadline

3 weeks from now

Published

3 days ago

Description

The Ministry of Defence (the Authority), intends to award a 5-year Framework Agreement with 2 option years subject to requirement and satisfactory performance, potentially making this a 7-year Framework Agreement for The Repair of Steering Gear and Hydraulic Assemblies & Associated Items.

These include but are not limited to Articles categorised within the associated Contract Notice and Pre-Qualification Questionnaire (PQQ) on the Defence Sourcing Portal (DSP) https://www.contracts.mod.uk

The successful contractor will be required to supply all spares/components necessary to undertake the repair/remanufacturing process. Successful contractor(s) will be expected to arrange the subsequent packaging to appropriate Military Packing Levels and deliver articles to the Authority post completion of remanufacture.

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) AQAP 2110.

Babcock Land Defence Limited reserve the right to add further items of a similar nature to the contract post award. The successful contractor(s) will be required to overhaul/repair Articles to OEM specifications with an accompanying Certificate of Conformance detailing results of any applicable output tests.

To respond to this opportunity suppliers must read through this notice and complete the associated Pre-Qualification Questionnaire (PQQ). The PQQ shall be assessed using the selection criteria given within the PQQ and within each question. It is the intention of the Authority to down select and Invite to Tender only those economic operators who successfully complete the PQQ, provide all mandatory information and are not subject to any mandatory exclusion.

RAR Code - RAR-240703B01
Risk profile - very low

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

The Repair, Maintenance and Modification of Various Line Replacement Units (LRUs) and Frame Electrical Layouts (FELs)

The Ministry of Defence (the Authority) intends to enter into a service contract with Rheinmetall BAE Systems Land (RBSL) for the Repair, Maintenance and Modification of Various Line Replacement Units (LRUs) and Frame Electrical Layouts (FELs), for a period of 7 years. The contract will support the following platforms from the outset: Bulldog, Challenger 2, CRARRV, Panther, Titan, Trojan, Terrier, Warrior. In accordance with regulation 4 of the Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with Regulation 16(1)(a)(ii) of the DSPCR 2011 for technical reasons. RBSL are the Design Authority for each of the platforms listed above who own the design drawing/information, technical specifications and technical expertise required to repair and undertake proof testing of these articles to the acceptable specification. Furthermore, the services to be provided under the contract can only be supplied by Rheinmetall BAE Systems Land (RBSL) because only RBSL has significant niche expertise, knowledge, and acquired specific experience in order to: a) Provide services where significant safety and quality risks are associated with repairing items with which the Authority hold no technical information or repair specifications. RBSL are the only supplier who has access to the technical information or repair specifications to mitigate the safety and quality risks of the repair; b) Undertake the repair and refurbishment which due to the interoperability requirements of the equipment; cannot be undertaken without access to the Original Equipment Manufacturer (OEM) and Design Authority technical documentation, which is not available to third parties Accordingly no other party at this current time would be able to fully support this requirement; and c) Undertake repair and maintenance activity for several specific safety critical items which RBSL are understood to have been nominated by the OEM as the only UK agent able to carry out such work. In addition RBSL hold the proprietary data in relation to the maintenance of the FELs, including source-code and all related software. Further Please note, Babcock Land Defence Limited is acting as agent on behalf of the Ministry of Defence, in the first instance interested parties may contact Babcock with queries relating to this procurement. In the first instance interested parties who have queries regarding the above procurement should contact [email protected].

Open

Protected and Modified Civilian Profile Vehicles (PaMCPV) Support

Defence Equipment and Support (DE&S) are a bespoke trading entity and are an arm’s length body of the Ministry of Defence (MOD). We manage a vast range of complex projects to buy and support all the equipment and services that the Royal Navy, British Army and Royal Air Force need to operate effectively. We work closely with industry, including through partnering agreements and private finance initiatives. More can be seen at MOD website – https://www.gov.uk/government/organisations/defence-equipment-and-support The Specialist Vehicles and Uncrewed Land Systems (SVULS) Team, part of the UK Ministry of Defence (MOD) intends to award a service support contract to a single supplier. Quantity or scope: The contract will provide In-Service support to current MOD Civilian Armoured Vehicles (CAV), future procurements including, but not limited to, platforms procured via the Protected and Modified Civilian Profile Vehicles (PaMCPV) Framework Agreement, and other currently supported PaMCPV platforms (subject to funding). A Protected and Modified Civilian Profile Vehicle (PaMCPV) at its simplest level is defined as a commercial off the shelf (COTS) vehicle that has been modified to provide a degree of protection and have the potential to integrate mission systems. Examples of modifications include but not limited to: - Integrated blast and ballistic protection. The protection levels and coverage vary between platforms. - The integration of specified mission systems. This could include Electronic Counter Measures (ECM), communication systems, weapon mounts. - Modification of the base vehicle to meet mobility performance and capacity requirements. The requirement is likely to support the following types of capabilities: Existing Fleet: (1) CAV. A fully protected CAV, providing a protected and discrete profile in the UK and worldwide. Platforms include, but are not limited to, Toyota Land Cruiser (LC) 200 series. (2) Partially Protected Vehicles. Base vehicles with partial protection to meet operational requirements. Platforms include, but are not limited to, the Toyota Land Cruiser 79 series. (3) Future Procured Fleet: Provide service support for future procurements including, but not limited to, procurements via the PaMCPV framework. This includes light to medium commercial vehicles (including cars, car derived vans and 4x4 variants). The types of support the contract will provide, but not be limited to, are; provision of spares, parts codification, repairs and maintenance, Post Design Services, technical documentation and training. The service support contract will initially accommodate a mixed fleet in the region of 150 platforms made up of various Original Equipment Manufacturers (OEM). Additional vehicles may be added to the Contract to a maximum upper limit of 400 vehicles, however, while the initial fleet will total c150 vehicles, this may reduce during the life of the Contract and the Authority does not guarantee a minimum fleet size at any one time. And, whilst no guarantee can be provided that this number will increase or decrease, the contract will be capped at 400 vehicles. Candidates should be aware that Faculty Security Clearance (FSC) will be required for this contract due to the classifications of capabilities being supported. Please refer to the PaMCPV Support Supplier Guidance Document for policy and guidelines for FSC (to be issued in conjunction with the DPQQ). The Cyber Risk Level associated with this project has been assessed as Low. Risk Assessment Reference: RAR – 241025A06. PROCUREMENT APPROACH The Authority is following the Restricted Procedure for this procurement as set out in Regulation 17 of the Defence and Security Public Contracts Regulations 2011 (2011). The authority intends to take through a maximum of eight (8) suppliers through to the ITT stage. The Authority reserves the right to cancel this procurement at any time including in, but not limited to, circumstances where fewer than three (3) potential suppliers meet the Authority’s minimum standards at DPQQ stage. Please refer to the PaMCPV Support Supplier Guidance Document (once available) for further information on scoring and qualification. The DPQQ will be published on the Defence Sourcing Portal (DSP) portal. All responses to this DPQQ must be submitted electronically via the DSP portal. All communication with the Authority must be via the DSP portal. The  PaMCPV Support Competition will adhere to the following indicative timeframes:  DPQQ Submission Deadline - 25/04/25 Date of Invitation to Tender (ITT) issue – 12/09/25 Tender Submission Return Dates - 07/11/25 Notification of PaMCPV Support Evaluation Results (Preferred Bidders Informed) - 16/01/26 PaMCPV Support Contract Start Date – 01/10/26

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete