Voluntary ex ante transparency notice
Directive 2009/81/EC
Section I: Contracting
authority
I.1) Name and addresses
Ministry of Defence, Ships, Other
Abbey Wood, Birch 3C, #3331
Bristol
BS34 8JH
UK
Contact person: Peter Wright
Telephone: +44 3067935366
E-mail: Peter.Wright415@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
Ships Watertight Ingress, Egress and Escape Equipment.
Reference number: MSS/076
II.1.2) Main CPV code
35520000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The UK Ministry of Defence (MOD) proposes to place a contract with Ansell Jones Marine Services Ltd for the Marine Systems Support (MSS) for MSS/076:
— ships watertight ingress,
— egress and escape equipment.
The support will include the provisioning of:
— spares,
— repairs capability,
— post-design services,
— technical support and management activities.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
4 500 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
Glasgow City
II.2.4) Description of the procurement
The UK Ministry of Defence (MOD) proposes to place a contract with Ansell Jones Marine Services Ltd for the Marine Systems Support (MSS) for MSS/076:
— ships watertight ingress,
— egress and escape equipment.
The support will include the provisioning of:
— spares,
— repairs capability,
— post-design services,
— technical support and management activities.
II.2.11) Information about options
Options:
Yes
Description of options:
Two year contract with option of a third year.
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
This procurement is being placed under the Defence and Security Public Contract Regulations (DSPCR) 2011 (implementing Directive 2009/81/EC).
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 Marine Systems Support Team within Defence equipment and support, which is a part of the UK Ministry of Defence (the authority), intends to place a contract for the supply of Ansell Jones Marine Services Ltd (AJMS) doors, scuttles, hatches and associated equipment, held onboard UK Royal Navy Surface Ships. The scope shall cover spares, repairs and post design services/Ad-Hoc technical support for a period of two (2) years extendable by the exercise of an option to one (1) further year.
It is considered the proposed 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 of the European Parliament and the Council (Regulation 16 (1) (a) (ii) of the Defence and Security Public Contracts Regulations 2011 (DSPCR) for technical reasons.
AJMS equipment is fitted onboard UK Royal Navy Type 23 Frigates, Landing Platform Docks (LPD) and Mine Counter Measures (MCM) classes of surface ships. As both the Original Equipment Manufacturer (OEM) and support Contractor for this equipment, AJMS alone possesses the extensive in-depth technical knowledge and exclusive access to the specific design data and material specifications required to provide the necessary support at the required quality. Only AJMS has at its disposal the specific jigs, molds and adapted equipment required to undertake the forging and manufacturing of the specific design of equipment including: material specifications, low magnetic signature equipment and ballistic characteristics.
To procure alternative support to the AJMS equipment (including the provision of spares and Ad-hoc technical services) would present significant and unacceptable risk (including risk to life) to the authority in relation to: acceptable levels of configuration management, compatibility and interoperability of such spares, including technical suitability, ballistic properties, environmental integrity and the safety/classification society demands required for such equipment. No third party will be able to provide the required assurance to the reasonable satisfaction of the authority at this time, and therefore no other economic operator can provide these services.
IV.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
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: MSS/076
Title: Ships Watertight Ingress, Egress and Escape Equipment
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
27/11/2018
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
Ansell Jones Marine Services Ltd
10 Carlyle Avenue, Hillington Park
Glasgow
G52 4XX
UK
Telephone: +44 1418824496
E-mail: alan.ogilvie@ajmarine.co.uk
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the concession and main financing terms (excluding VAT)
Initial estimated total value of the contract/lot/concession: 4 500 000.00 GBP
Total value of the concession/lot:
4 500 000.00
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-20181128-DCB-13630508
VI.4) Procedures for review
VI.4.1) Review body
Ministry of Defence, Ships, Other
Abbeywood, Birch 3C, #3331
Bristol
BS34 8JH
UK
Telephone: +44 3067935366
E-mail: peter.wright415@mod.gov.uk
VI.4.2) Body responsible for mediation procedures
Ministry of Defence, Ships, Other
Abbeywood, Birch 3C, #3331
Bristol
BS34 8JH
UK
Telephone: +44 3067935366
E-mail: peter.wright415@mod.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
Ministry of Defence, Ships, Other
Abbeywood, Birch 3C, #3331
Bristol
BS34 8JH
UK
Telephone: +44 3067935366
E-mail: peter.wright415@mod.gov.uk
VI.5) Date of dispatch of this notice
28/11/2018