Voluntary ex ante transparency notice
Directive 2009/81/EC
Section I: Contracting
authority
I.1) Name and addresses
Ministry of Defence, Ships, Mine and Hydrographic Capability
Abbey Wood
Bristol
BS34 8JH
UK
Contact person: Mr Garry Ogborne
Telephone: +44 3001637819
E-mail: Garry.Ogborne100@mod.gov.uk
NUTS: UKK11
Internet address(es)
Main address: https://des.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
Procurement of TSC2002 IFF Systems and Associated Equipment
Reference number: 701162380
II.1.2) Main CPV code
35512400
II.1.3) Type of contract
Supplies
II.1.4) Short description
Procurement of TSC2002 IFF Systems and associated equipment, to be issued as GFX to the MMCM Programme.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
385 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ28
Main site or place of performance:
West Sussex (North East).
II.2.4) Description of the procurement
Procurement of 3 x TSC2002 IFF systems and associated equipment to issue as GFX to the MMCM Programme.
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:
The Mine Hunting Capability Team, part of the UK Ministry of Defence, intends to award a contract to Thales Ltd (‘Thales UK’) for 3 x TSC2002 IIF Systems. The contract shall be for a period of 14 months with an anticipated value of GBP 385 000.
Reason for award:
It is considered that this contract can be awarded to Thales UK using the negotiated procedure without prior publication of a contract notice pursuant to Article 28(1)(e) of Directive 2009/81/EC (Regulation 16 (1) (a) (ii) of the UK Defence and Security Public Contracts Regulations 2011 (DSPCR)), for technical reasons.
The Original Equipment Manufacturer (OEM), Thales UK and its parent company TDMS France retain the proprietary rights to design and manufacture the TSC2002 Identification of Friend or Foe (IFF) system. This specific model of IFF is required to be issued by the authority to TDMS France as GFE, as an element of the current phase of the joint UK/French MMCM Contract. The integration of the TSC2002 is critical to ensure that the UK system has commonality, compatibility and interoperability with the French system, which is to include an identical type of IFF.
There is a strict technical impracticality for any other economic operator to undertake the work required within this proposed contract as the specific model of IFF system is proprietary to Thales UK and its parent company TDMS France. This specific model of IFF system is necessary for interoperability, compatibility and commonality purposes, in order to ensure successful testing and integration into the UK/French MMCM systems. Both the UK and French MMCM systems have been designed to use identical IFF models, in order to ensure their ability to communicate effectively and function interoperably, and so that the interface between the 2 systems can be maximised. The requirement for interoperability is contingent on Thales’ specific expertise of their system, and on this basis the use of an alternative supplier or equipment is not viable as they would not allow the same level of compatibility. Failure to provide the TSC2002 model of IFF would impact upon the upcoming production phase of the MMCM systems, which have been designed around the integration and use of this specific IFF system. The integration and use of alternative models of IFF systems would not be possible without significant redesign of the overall system, along with a change to the common Training DLOD and Support DLOD.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract/concession
Contract No: 701162380
Title: MHC Procurement of IFF Systems and Associated Equipment
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
29/10/2020
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
Thales UK Ltd
Thales UK, Manor Royal
Crawley
RH10 9HA
UK
Telephone: +44 1293581000
E-mail: crawley.reception@uk.thalesgroup.com
NUTS: UKJ28
Internet address(es)
URL: https://www.thalesgroup.com
The contractor is an SME:
No
V.2.4) Information on value of the concession and main financing terms (excluding VAT)
Initial estimated total value of the contract/lot/concession: 462 000.00 GBP
Total value of the concession/lot:
385 000.00
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-20201118-DCB-17386247
VI.4) Procedures for review
VI.4.1) Review body
Ministry of Defence, Ships, Mine and Hydrographic Capability
MOD Abbey Wood
Bristol
BS34 8JH
UK
Telephone: +44 3001637819
E-mail: Garry.Ogborne100@mod.gov.uk
VI.4.2) Body responsible for mediation procedures
Ministry of Defence, Ships, Mine and Hydrographic Capability
MoD Abbey Wood, Filton
Bristol
BS34 8JH
UK
Telephone: +44 3001637819
E-mail: Garry.Ogborne100@mod.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
Ministry of Defence, Ships, Mine and Hydrographic Capability
MoD, Abbey Wood
Bristol
BS34 8JH
UK
Telephone: +44 1179130893
E-mail: DESShipsAcq-IFC-MHC-Team@mod.gov.uk
VI.5) Date of dispatch of this notice
18/11/2020