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

Ships Watertight Ingress, Egress and Escape Equipment.

  • First published: 01 December 2018
  • Last modified: 01 December 2018
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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:
01 December 2018
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
35520000 Parts for warships Warships and associated parts

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:
Peter.Wright415@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.