Type of document: Voluntary ex ante transparency notice
Country: United Kingdom
OJEU Ref: (2017/S 061-114573/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 2014/24/EU
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, Air Support, Aircraft Commodities Project Team (AC PT)
Postal address: Walnut 3C, #1335, Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 3067987477
Email: DESASAC-ComrclCI1a3@mod.uk
Nuts code: UK
Internet address(es):
Main address:
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: Support, Repair and Calibration of RAF General Purpose Automatic Test Systems.
Reference number: AVComm1/5895
II.1.2) Main CPV code: 34328100
II.1.3) Type of contract Services
II.1.4) Short Description:
Support, Repair and Calibration of RAF General Purpose Automatic Test Systems.
II.1.6) Information about lots
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:8709834
Currency:GBP
II.2) Description
II.2.3) Place of performance
Nuts code: UK Main site or place of performance:United Kingdom.
II.2.4) Description of the procurement
The Air Commodities Team, part of the UK Ministry of Defence, intends to award a contract to Teradyne Limited for the upgrade of the hardware for Teradyne Test Equipment due to an obsolescence issue.
It is considered that this contract can be placed using the negotiated procedure without prior publication of a contract notice pursuant to Article 32(2)(b(ii)) of Directive 2014/24/EU of the European Parliament and of The Council (Regulation 32(2)(b)(ii) of the UK Public Contracts Regulations of 2015). This is because there is a necessity to use specific know-how, tools and means which are only available to Teradyne.
II.2.5) Award criteria
Cost criterion – Name: n/a/Weighting:n/a
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 prior publication(in accordance with Article 32 of Directive 2014/24/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
V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision:2008-03-29
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: Teradyne Limited
Postal address: 107 Cheapside
Town: London
Postal code: EC2V 6DN
Country: United Kingdom
Nuts code: UK
The contractor is an SME: yes
V.2.4) Information on value of the contract/lot/concession(excluding VAT)
Total value of the contract/lot/concession:8709834
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-2017324-DCB-9868189.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, Air Support, Air Commodities Project Team (AC PT)
Postal address: Walnut 3c, #1335, Abbey Wood
Town: Bristol
Postal code: BS34 5GE
Country: United Kingdom
VI.4.2) Body responsible for mediation procedures
Official name: Ministry of Defence, Air Support, Air Commodities Project Team (AC PT)
Town: Bristol
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Ministry of Defence, Air Support, Air Commodities Project Team (AC PT)
Town: Bristol
Country: United Kingdom
VI.5) Date of dispatch of this notice:
2017-03-24
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 prior publication of a call for competition in accordance with Article
32 of Directive 2014/24/EU
The works, supplies or services can be provided only by a particular economic operator for the following reason:
absence of competition for technical reasons
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:
The Air Commodities Team, part of the UK Ministry of Defence, intends to award a contract to Teradyne Limited for the upgrade of the hardware for Teradyne Test Equipment due to an obsolescence issue.
It is considered that this contract can be placed using the negotiated procedure without prior publication of a contract notice pursuant to Article 32(2)(b(ii)) of Directive 2014/24/EU (Regulation 32(2)(b)(ii) of the UK Public Contracts Regulations of 2015). This is because there is a necessity to use specific know-how, tools and means which are only available to Teradyne.
The Teradyne Test Equipment hardware has an obsolescence issue created as a result of a software upgrade. The obsolescence issue must be rectified to ensure the Test Equipment can continue to test equipment to identify faults and facilitate repair. Failure to do so would result in the department not being able to identify fault and repair equipment. As a result, there is a specific safety requirement which must be fulfilled to ensure the safe functioning of the Armed Forces. Teradyne are the Original Equipment Manufacturer for the Teradyne Test Equipment and are the only economic operator that can upgrade the hardware of the Test Equipment within the required timeframe as they are the only economic operator with the know-how, tools and means to meet the requirement in the timeframes. Due to the age and uniqueness of the equipment, Teradyne are the subject matter experts in the equipment covered by the contract and have built up a significant amount of experience and skills which no other economic operator has at their disposal.