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

Purchase of REMUS 100M Autonomous Underwater Vehicles

  • First published: 20 January 2024
  • Last modified: 20 January 2024
  • 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:
ocds-h6vhtk-042e55
Published by:
Ministry of Defence
Authority ID:
AA76012
Publication date:
20 January 2024
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

“The Royal Navy, part of the UK Ministry of Defence, intends to award a contract with a value of £2.5 million to Huntington Ingalls Industries (HII) for the purchase of three 100m-capable Small Autonomous Underwater Vehicles (SUAVs) to the Royal Navy. In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 (PCR 2015) as amended (in particular by SI 2020/1319). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with regulation 32(2)(b)(ii) of the PCR 2015 because competition is absent for technical reasons. This is because Royal Navy needs to be able to use equipment that is interchangeable with the US Navy for partnership operations and the equipment must be compatible with current systems already in operation. HII are the sole manufacturers of those equipment, and they are the only supplier with the capability to deliver this contract. No alternative or substitutes can be used as this equipment is already in operation by the US Navy. The total duration of this contract does not exceed 3 years.

Full notice text

Voluntary ex ante transparency notice

Directive 2009/81/EC

Section I: Contracting authority

I.1) Name and addresses

Ministry of Defence

Portsmouth

UK

E-mail: peter.jones247@mod.gov.uk

NUTS: UKJ31

Internet address(es)

Main address: https://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

Purchase of REMUS 100M Autonomous Underwater Vehicles

II.1.2) Main CPV code

35512400

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Royal Navy, part of the UK Ministry of Defence, intends to award a contract with a value of £2.5 million to Huntington Ingalls Industries (HII) for the purchase of three 100m-capable Small Autonomous Underwater Vehicles (SUAVs) to the Royal Navy. In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 (PCR 2015) as amended (in particular by SI 2020/1319). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with regulation 32(2)(b)(ii) of the PCR 2015 because competition is absent for technical reasons. This is because Royal Navy needs to be able to use equipment that is interchangeable with the US Navy for partnership operations and the equipment must be compatible with current systems already in operation. HII are the sole manufacturers of those equipment, and they are the only supplier with the capability to deliver this contract. No alternative or substitutes can be used as this equipment is already in operation by the US Navy. The total duration of this contract does not exceed 3 years

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 3 218 641.00  USD

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ31

II.2.4) Description of the procurement

“The Royal Navy, part of the UK Ministry of Defence, intends to award a contract with a value of £2.5 million to Huntington Ingalls Industries (HII) for the purchase of three 100m-capable Small Autonomous Underwater Vehicles (SUAVs) to the Royal Navy. In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 (PCR 2015) as amended (in particular by SI 2020/1319). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with regulation 32(2)(b)(ii) of the PCR 2015 because competition is absent for technical reasons. This is because Royal Navy needs to be able to use equipment that is interchangeable with the US Navy for partnership operations and the equipment must be compatible with current systems already in operation. HII are the sole manufacturers of those equipment, and they are the only supplier with the capability to deliver this contract. No alternative or substitutes can be used as this equipment is already in operation by the US Navy. The total duration of this contract does not exceed 3 years.

II.2.5) Award criteria

Criteria below:

Price

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 products involved are manufactured purely for the purpose of research, experiment, study or development under the condition stated in the Directive (for supplies only)

Explanation:

The Royal Navy, part of the UK Ministry of Defence, intends to award a contract with a value of £2.5 million to Huntington Ingalls Industries (HII) for the purchase of three 100m-capable Small Autonomous Underwater Vehicles (SUAVs) to the Royal Navy. In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 (PCR 2015) as amended (in particular by SI 2020/1319). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with regulation 32(2)(b)(ii) of the PCR 2015 because competition is absent for technical reasons. This is because Royal Navy needs to be able to use equipment that is interchangeable with the US Navy for partnership operations and the equipment must be compatible with current systems already in operation. HII are the sole manufacturers of those equipment, and they are the only supplier with the capability to deliver this contract. No alternative or substitutes can be used as this equipment is already in operation by the US Navy. The total duration of this contract does not exceed 3 years.

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: 709938450

Title: Purchase of REMUS 100M Autonomous Underwater Vehicles

V.2 Award of contract/concession

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

18/01/2024

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

Huntington Ingalls Industries

Fareham

UK

NUTS: UKJ35

The contractor is an SME: No

V.2.4) Information on value of the concession and main financing terms (excluding VAT)

Total value of the concession/lot: 3 218 641.00  USD

V.2.5) Information about subcontracting

The contract/concession is likely to be subcontracted

Section VI: Complementary information

VI.3) Additional information

The Royal Navy, part of the UK Ministry of Defence, intends to award a contract with a value of £2.5 million to Huntington Ingalls Industries (HII) for the purchase of three 100m-capable Small Autonomous Underwater Vehicles (SUAVs) to the Royal Navy. In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 (PCR 2015) as amended (in particular by SI 2020/1319). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with regulation 32(2)(b)(ii) of the PCR 2015 because competition is absent for technical reasons. This is because Royal Navy needs to be able to use equipment that is interchangeable with the US Navy for partnership operations and the equipment must be compatible with current systems already in operation. HII are the sole manufacturers of those equipment, and they are the only supplier with the capability to deliver this contract. No alternative or substitutes can be used as this equipment is already in operation by the US Navy. The total duration of this contract does not exceed 3 years.

VI.4) Procedures for review

VI.4.1) Review body

Navy Command Commercial

Portsmouth

UK

VI.5) Date of dispatch of this notice

18/01/2024

Coding

Commodity categories

ID Title Parent category
35512400 Unmanned underwater vehicles Submarines

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.jones247@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.