Voluntary ex ante transparency notice
Directive 2009/81/EC
Section I: Contracting
authority
I.1) Name and addresses
Ministry of Defence, Ships, Communications and Situational Awareness (CSA)
AbbeyWood South, NH3, Ash 1C
Bristol
BS34 8JH
UK
Contact person: Katherine Crumb
E-mail: Katherine.Crumb166@mod.gov.uk
NUTS: UKJ31
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
Ships Sensors and Monitoring Systems (SSAMS) Interim In-Service Support Contract
Reference number: CSA/3067
II.1.2) Main CPV code
35125100
II.1.3) Type of contract
Services
II.1.4) Short description
United Kingdom Ministry of Defence (the “Authority”) intends to place a contract with BAE Systems Surface Ships Limited (company number 06160534) (the “Company”) for In-Service Support for Ships Sensors and Monitoring Systems (SSAMS) equipment fitted to the Royal Navy’s Type 45 Destroyers and Queen Elizabeth Class Carriers.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
35125100
II.2.3) Place of performance
NUTS code:
UKJ31
Main site or place of performance:
Portsmouth.
II.2.4) Description of the procurement
United Kingdom Ministry of Defence (the “Authority”) intends to place a contract with BAE Systems Surface Ships Limited (company number 06160534) (the “Company”) for In-Service Support for Ships Sensors and Monitoring Systems (SSAMS) equipment fitted to the Royal Navy’s Type 45 Destroyers and Queen Elizabeth Class Carriers.
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:
United Kingdom Ministry of Defence (the “Authority”) intends to place a contract with BAE Systems Surface Ships Limited (company number 06160534) (the “Company”) for In-Service Support for Ships Sensors and Monitoring Systems (SSAMS) equipment fitted to the Royal Navy’s Type 45 Destroyers and Queen Elizabeth Class Carriers.
2— The planned term of the contract is for 9 months, for the period 25.6.2018 to 24.3.2019. The estimated value of this contract over 9 months is 1 000 000 GBP (one Million Pounds Sterling).
3— The contract will cover spares, repairs, technical support and on-board technical assistance for the following systems:
— the Meteorological and Oceanographic (METOC) System fitted to the Royal Navy’s Type 45 Destroyers and Queen Elizabeth Class Carriers is a safety critical system essential to enable the vessels and their organic air assets to operate safely and comply with Legislative requirements,
— the Air Group Management Application (AGMA) System fitted to the Royal Navy’s Queen Elizabeth Class Carriers supports the daily management, movement and situational awareness of the QEC aircraft operations,
— the Visual Surveillance System (VSS) fitted to the Royal Navy’s Queen Elizabeth Class Carriers provides a remote viewing capability around the ship.
The systems are essential to enable the vessels and aircraft operating from them to operate safely and comply with legislative requirements.
4— The authority considers that this contract can be placed using the negotiated procedure without prior publication of a contract notice pursuant to Article 28(1)(e) of Directive 2009/81/EC and Regulation Reg 16(1)(a)(ii) of the defence and security public contracts Regulations 2011 for technical reasons.
a— The full support of METOC, AGMA and VSS systems is reliant upon the company’s knowledge as the design authority for the original design, manufacture and integration phases; and the comprehension and learning acquired through delivery of systems integration throughout the ships architecture that included use of proprietary rigs and tooling. In consequence, the information necessary to effect repairs and provide technical support and advice for the systems rests solely with the company.
b— Overall configuration control of software, system architecture and hardware must be strictly and effectively managed, to ensure the system elements remain correctly integrated and interoperable, precluding the sub-division of support of software and hardware support for each system. For the reasons set out in paragraph 4a, only the company will be able to meet these requirements.
Because of the reasons listed only the company can perform the contract.
5— This VEAT Notice is not a request for Expressions of Interest (EoI) so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis, and is published for reasons of transparency. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to the company named above.
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: CSA/3067
Title: Ships Sensors and Monitoring Systems (SSAMS) Interim In-Service Support Contract
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
04/04/2018
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 Surface Ships Limited
Broad Oak, Building 31, Portsmouth
Hampshire
PO3 5PQ
UK
NUTS: UKJ31
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: 1 000 000.00 GBP
Total value of the concession/lot:
1 000 000.00
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-2018413-DCB-12224296
VI.4) Procedures for review
VI.4.1) Review body
Ministry of Defence, Ships, Communications and Situational Awareness (CSA)
Ash 1c #3114 Abbeywood
Bristol
BS34 8JH
UK
E-mail: Katherine.Crumb166@mod.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
ShipsCommunications and Situational Awareness (CSA)
Ash 1c #3114 Abbeywood
Bristol
BS34 8JH
UK
VI.5) Date of dispatch of this notice
13/04/2018