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

Supply of Initial Provisioning Spares for QE Class Carriers — Flooding and Spray, Pre-Wet Flight Dec

  • First published: 28 June 2016
  • Last modified: 28 June 2016
  • 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:
28 June 2016
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply of Initial Provisioning Spares for QE Class Carriers — Flooding and Spray, Pre-Wet Flight Deck Fire-fighting and Fire Detection Systems.

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, Queen Elizabeth Class

Bristol

BS34 8JH

UK

E-mail: DESShipsComrcl-Acq-QEC@mod.uk

NUTS: UKK1

Internet address(es)

Main address: https://www.gov.uk/government/organisations/defence-equipment-and-support

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

Supply of Initial Provisioning Spares for QE Class Carriers — Flooding and Spray, Pre-Wet Flight Deck Fire-fighting and Fire Detection Systems.

II.1.2) Main CPV code

35520000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Supply of Initial Provisioning Spares for QE Class Carriers — Flooding and Spray, Pre-Wet Flight Deck Fire-fighting and Fire Detection Systems.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 700 000.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ23


Main site or place of performance:

Surrey.

II.2.4) Description of the procurement

Supply of Initial Provisioning Spares for QE Class Carriers — Flooding and Spray, Pre-Wet Flight Deck Fire-fighting and Fire Detection Systems.

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:

Ship Acquisition, which is part of the UK Ministry of Defence (MOD), intends to place a contract with Tyco Fire & Integrated Solutions (UK) Limited (Company Registration Number 01952517) (the ‘Company’) for the provision of spare components for the Fire Protection Network, Flooding and Spray Systems, Gas Fire Extinguishing Systems and Pre-Wet System and Flight Deck Firefighting System consisting of Accommodation Mist Booster Pump RPV 45, controlling processor, manual loop switching unit, SKID — FDF foam tank type 2, Inergen Directional Valve (DN80) and sub-assembly parts on the Queen Elizabeth Class (QEC) Aircraft Carriers (such components being the ‘Goods’ and such contract being the ‘Contract’). The Company originally manufactured and installed the Fire Protection Network, Flooding and Spray Systems, Gas Fire Extinguishing Systems and Pre-Wet System and Flight Deck Firefighting on the QEC Aircraft Carriers. The Contract has an estimated value of £700,000 (seven hundred thousand pounds sterling) and a duration of 2 years.

It is considered that the Contract can be entered into using the negotiated procedure without prior publication of a contract notice pursuant to Article 28(3)(a) of Directive 2009/81/EC of the European Parliament and the Council (Regulation 16(1)(b)(i) of the Defence and Security Public Contracts Regulations 2011). Obliging the MOD to procure the Goods from a manufacturer other than the Company would result in the Goods having different technical characteristics, which would result in incompatibility between the existing installation and the Goods. If, in the case of the Fire Protection Network, we introduce an alternative part, the system and design intent will need re-testing and proving (as well as significant documentation updates) which would put the Programme at risk and lead to disproportionate technical difficulties in operating and maintaining the existing installation which would compromise the integrity of the operational performance of the systems as the capability moves towards Vessel Acceptance.

It is also considered that the 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) for technical reasons. The Company is the designated design authority, and the only supplier able to supply and integrate the Goods, and their associated component parts, into the ship. It is considered that only the Company, who is the original equipment manufacturer, has access to the manufacturing data packs for fire protection network, flooding and spray systems, gas fire extinguishing systems and pre-wet system and flight deck coating and the necessary know-how, including proprietary processes, and the equipment-specific tooling and test equipment, to manufacture the Goods to the required standard.

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

V.2 Award of contract/concession

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

13/06/2016

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

Tyco Fire & Integrated Solutions (UK) Ltd

Sunbury-on-Thames

UK

NUTS: UKJ23

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: 700 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.

From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.

https://www.gov.uk/government/publications/government-security-classifications

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.

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-2016623-DCB-8397695.

VI.4) Procedures for review

VI.4.1) Review body

Ministry of Defence, Ships, Queen Elizabeth Class

Bristol

UK

VI.5) Date of dispatch of this notice

23/06/2016

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:
DESShipsComrcl-Acq-QEC@mod.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.