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

AS90 Drivers Console Unit Re-manufacture.

  • First published: 22 April 2017
  • Last modified: 22 April 2017

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
Authority ID:
AA76012
Publication date:
22 April 2017
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Re-manufacture of the AS90 Drivers Console Unit (DCU), which is the main electronic assembly for the AS90 Hull systems, and their subsequent embodiment into the MoD's fleet of AS90 vehicles.

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, Other

Spruce 1a # 1122, Abbey Wood

Bristol

BS34 8JH

UK

Contact person: Mrs Catherine Smith

Telephone: +44 3067935855

E-mail: DESLEVS-Comrcl-Offr4@mod.uk

NUTS: UKD11

Internet address(es)

Main address: www.contracts.mod.uk

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

AS90 Drivers Console Unit Re-manufacture.

Reference number: AVPISP/00133

II.1.2) Main CPV code

35400000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Re-manufacture of the AS90 Drivers Console Unit (DCU), which is the main electronic assembly for the AS90 Hull systems, and their subsequent embodiment into the MoD's fleet of AS90 vehicles.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 1 800 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

35400000

II.2.3) Place of performance

NUTS code:

UKD11


Main site or place of performance:

West Cumbria.

II.2.4) Description of the procurement

Re-manufacture of the AS90 Drivers Console Unit (DCU), which is the main electronic assembly for the AS90 Hull systems, and their subsequent embodiment into the MoD's fleet of AS90 vehicles.

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

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:

The Vehicle Support Team, Armoured Tracks Programme, part of the Ministry of Defence (MoD), intends to place a 2 year contract with BAE Systems Global Combat Systems Limited (BAE) for the re-manufacture of the AS90 Drivers Console Unit (DCU), which is the main electronic assembly for the AS90 Hull systems, and their subsequent embodiment into the MoD's fleet of AS90 vehicles. It is considered that this contract can be placed using the Negotiated Procedure Without Prior Publication pursuant to Article 28(1) (e) of Directive 2009/81/EC of the European Parliament and of the Council (Regulation 16(1)(a)(ii) of the UK Defence and Security Public Contract Regulations 2011) on the basis that the contract may be awarded only to BAE for technical reasons. The value of this contract is 1 800 000 GBP.

Only BAE, as the Design Authority for the AS90 platform, has the specific test equipment necessary to undertake the required re-manufacture and re-installation activities. Each DCU for re-manufacture will require initial in-inspection to diagnose for faults and establish what level of preliminary work may be required. This is performed on the Production Automated Test Equipment, which is bespoke to AS90 and proprietary to BAE with the MoD having no rights to this equipment.

The re-manufacture of the DCUs is safety critical, as they contain the AS90s Auxiliary Brake System sub-assembly and the re-wiring of the DCU is necessary to prevent fires occurring. Only BAE has the ability to test fully and confirm the full functionality of the re-manufactured DCU in a manner which meets the MoD's requirements under the contract, including in respect of the provision of safe for use certification.

Please note: This is a Voluntary Transparency Notice and the Contract has not yet been awarded.

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

The procurement is covered by the Government Procurement Agreement: No

Section V: Award of contract/concession

Contract No: AVPISP/00133

Title: AS90 Drivers Console Unit Re-manufacture

V.2 Award of contract/concession

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

19/04/2017

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

BAE Systems Global Combat Systems Limited

Cumbria

Barrow-in-Furness

LA14 1AF

UK

NUTS: UKD11

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: 1 800 000.00 GBP

Total value of the concession/lot: 1 800 000.00  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-2017420-DCB-10044529.

VI.4) Procedures for review

VI.4.1) Review body

Ministry of Defence, Land Equipment, Other

Spruce 1a, # 1122

Bristol

BS34 8JH

UK

Telephone: +44 3067935855

E-mail: DESLEVS-Comrcl-Offr4@mod.uk

VI.5) Date of dispatch of this notice

20/04/2017

Coding

Commodity categories

ID Title Parent category
35400000 Military vehicles and associated parts Security, fire-fighting, police and defence 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:
DESLEVS-Comrcl-Offr4@mod.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.