CONTRACT AWARD NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Ministry of Defence |
MOD Abbey Wood, #1027 | NH1 Atrium |
Bristol |
BS34 8JH |
UK |
Rowan Matthew |
|
matthew.rowan101@mod.gov.uk |
|
|
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authority
701264395 - Support of the Vicon 78 Series 455 Counter Measure Dispensing System (CMDS)
|
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract1
|
II.1.2)
|
Main site or location of works, place of delivery or performance
|
II.1.3)
|
This notice involves a framework agreement |
II.1.4)
|
Short description of the contract or purchase(s)
Contract Award Notice for Support of VICON 78 Series 455 CMDS, which is a theatre-entry standard (TES) system currently fitted to various Aircraft Platforms.
|
II.1.5)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50000000 |
|
|
|
|
|
II.2)
|
Total final value of the contract(s)
|
II.2.1)
|
Total final value of the contract(s)
1624189.00
GBP
|
Section IV: Procedure
|
IV.1)
|
Type of procedure
|
IV.1.1)
|
Type of procedure |
IV.2)
|
Award criteria
|
IV.2.1)
|
Award criteria
|
IV.2.2)
|
An electronic auction has been used No |
IV.3)
|
Administrative information
|
IV.3.1)
|
File reference number attributed by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
Other previous publications
|
Section V: Award of contract
|
|
701264395 |
|
|
|
|
V.1)
|
Date of contract award: 12-11-2020 |
V.2)
|
Numbers of offers received:1Number of offers received by electronic means:1 |
V.3)
|
Name and address of economic operator to whom the contract has been awarded
Thales UK Limited |
|
Reading |
|
UK |
|
|
|
|
|
V.4)
|
Information on value of contract
1624189.00 GBP
3 |
V.5)
|
The contract is likely to be subcontracted No
|
|
Short description of the value/proportion of the contract to be subcontracted
|
Section VI: Complementary Information
|
VI.1)
|
Contract related to a project and/or programme financed by community funds? No
|
VI.2)
|
Additional Information
|
VI.3)
|
Procedures for appeal
|
VI.3.1)
|
Body responsible for appeal procedures
Ministry of Defence |
|
Bristol |
|
UK |
|
|
|
|
|
|
Body responsible for mediation procedures
Not Applicable |
|
Not Applicable |
|
UK |
|
|
|
|
|
VI.3.2)
|
Lodging of appeals
|
VI.3.3)
|
Service from which information about the lodging of appeals may be obtained
Not Applicable |
|
Not applicable |
|
UK |
|
|
|
|
|
VI.4)
|
Dispatch date of this Notice 2-12-2021 |
ANNEX D3
Justification for the choice of the negotiated procedure without prior publication of a contract notice in the OJEU in accordance with art. 28 of Directive 2009/81/EC
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
1) The Air Platform Systems (APS) Delivery Team, part of the UK Ministry of Defence (“MOD”), intends to place a three (3) year contract with two (2) one (1) year options with Thales UK for the through life support of Vicon 455 Countermeasure Dispensing Systems (CMDS) that are fitted to Wildcat, Shadow and Defender aircraft.
2) It is considered that this Contract can be placed using the Negotiated Procedure Without Prior Publication of a Contract Notice pursuant to Regulation 16 (1)(a)(ii) of the UK Defence and Security Public Contracts Regulations 2011 for technical reasons.
3) The continued support required by MOD to existing in-service equipment must be contracted directly with Thales UK, procuring alternative equipment or contracting support from a supplier other than Thales is not possible for the following reasons:
a) Interoperability issues, necessitating the substantial re-design and structural modification of complex military equipment, including the installation of specific wiring, to the existing UK aircraft fleets fitted with Vicon 455 CMDS to enable embodiment of alternative CMDS equipment;
b) Incompatibility between the existing in-service systems/equipment and the alternative CMDS equipment resulting in further complex design and modification [which, for operational reasons, would be so time consuming as to potentially jeopardise the safe functioning of the Armed Forces];
c) The need to retrain technicians and system experts which would lead to a gap in knowledge that would have a significant risk and impact on current operations and ability for the in-service aircraft to fulfil their operational commitment.
|
|