CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Voluntary ex ante transparency notice
Country: United Kingdom
OJEU Ref: (2017/S 054-100685/EN)
Nature of contract: Service contract
Procedure: Negotiated without a call for competition
Regulation of procurement: EU
Type of bid required: Not applicable

Voluntary ex ante transparency notice
Services
Directive 2009/81/EC

Directive 2009/81/EC

Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, DSG, Defence Support Group (DSG)
Postal address: Building B15, MOD Donnington
Town: Telford
Postal code: TF2 8JT
Country: United Kingdom
Contact Person: Samantha Cufflin-Wallis
Telephone: +44 1952673935
Email: samantha.cufflin-wallis@babcockinternational.com
Nuts code: UKG21
Internet address(es):
Main address: www.babcockinternational.com

I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: The Repair of the Recovery Systems fitted to the CRARRV and Warrior Platforms.

Reference number: LSBU7/0196
II.1.2) Main CPV code: 50630000
II.1.3) Type of contract Services
II.1.4) Short Description:
The Repair of the Recovery Systems fitted to the CRARRV and Warrior Platforms.
II.1.6) Information about lots
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:1278547
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 50630000

II.2.3) Place of performance
Nuts code: UKG21 Main site or place of performance:Telford and Wrekin.

II.2.4) Description of the procurement
The Repair of the Recovery Systems fitted to the CRARRV and Warrior Platforms.

II.2.5) Award criteria
The most economically advantageous tender in terms of Criterion: Criterion 1 /Weighting: 0

II.2.11) Information about options
Options:yes
Description of options:
2 x 1 Option Years.

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(in accordance with Article 28 of Directive 2009/81/EU)
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information

Section V: Award of contract/concession
Contract No: LSBU7/0196
Title: The Repair of the Recovery Systems fitted to the CRARRV and Warrior Platforms

V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision:2017-01-17
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
Official name: Smith and Jewell T/A SJ Engineering Specialist Limited
Postal address: Leigh Road, West Sussex
Town: Chichester
Postal code: PO19 8UF
Country: United Kingdom
Telephone: +44 7769159515
Email: mwakeford@smithandjewell.co.uk
Nuts code: UKJ24
Internet address: www.smithandjewell.co.uk
The contractor is an SME: no

V.2.4) Information on value of the contract/lot/concession(excluding VAT)
Initial estimated total value of the contract/lot/concession: 1278457
Total value of the contract/lot/concession:1278457
Currency:GBP
for framework agreements – total maximum value for this lot
for contracts based on framework agreements, if required – value of contract(s) for this lot not included in
previous contract award notices

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.

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-2017315-DCB-9805953.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, DSG, Defence Support Group (DSG)
Postal address: Building B15, MOD Donnington
Town: Telford
Postal code: TF2 8JT
Country: United Kingdom
Telephone: +44 1952673935
E-mail: samantha.cufflin-wallis@babcockinternational.com
Internet address: www.babcockinternational.com

VI.5) Date of dispatch of this notice:
2017-03-15

Justification for the award of the contract without prior publication of a call for
competition in the Official Journal of the European Union
1.Justification for the choice of the negotiated procedure without publication of a call for competition in accordance with
Article 28 of Directive 2009/81/EU

No tenders or no suitable tenders/requests to participate in response to:
restricted procedure

3.Explanation
Please explain in a clear and comprehensive manner why the award of the contract without prior publication in the Official Journal of the European Union
is lawful, by stating the relevant facts and, as appropriate, the conclusions of law in accordance with the directive:
Babcock DSG Ltd, acting as the UK Ministry of Defence’s agent, intends to negotiate a single source contract with Smith and Jewell T/A SJ Engineering Specialists Limited for the repair of the recovery systems fitted to the CRARRV and Warrior platforms.
It is considered this requirement can be placed using the negotiated procedure without prior publication pursuant to Article 25(1)(a) of Directive 2009/81/EC Regulation 16(1)(a)(i) of the Defence and Security Public Contracts Regulations 2011 due to the absence of suitable tenders in response to the previous ‘restricted’ procedure reference 420701-2015. In respect of the previous restricted procedure LSBU/0196, the UK Ministry of Defence evaluated the only bidder which was technically compliant, Smith and Jewell T/A SJ Engineering Specialists Limited, but the financial submission was deemed to be unacceptable to the UK Ministry of Defence.

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking