Type of document: Contract Notice
Country: United Kingdom
UK-Bristol: Military electronic systems.
Preliminary Questions
This notice is published by:
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1) Name and addresses
Ministry of Defence, Land Equipment, Training and Simulation Systems Programme (TSSP)
Abbey Wood (South), Stoke Gifford, Bristol, BS34 8JH, United Kingdom
Tel. +44 3067930070, Email: deborah.dear730@mod.gov.uk
Contact: Deborah Dear
Main Address: www.contracts.mod.uk
NUTS Code: UKK
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: SCOPIC 2.
Reference number: TSSP/118
II.1.2) Main CPV code:
35700000 – Military electronic systems.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The Training Simulation Systems Programme within Defence Equipment and Support, part of the UK Ministry of Defence (MoD), intends to place with CUBIC DEFENCE UK (CDUK) a three-year contract with an additional four one-year option years for the provision of the managed service of SCOPIC 2. SCOPIC 2 provides a synthetic wrap service in the UK, Kenya and Canada. The capability will provide a technical service and associated products that can be configured to deliver an effective solution that enables the training requirements of training exercises. SCOPIC 2 is also a fundamental component of the Army’s Tactical Engagement Simulation (TES) capability and strategy. SCOPIC 2 therefore provides battlefield capabilities that are difficult to replicate in live collective training and are replaced by simulation.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 25,000,000
Currency: GBP
II.2) Description
II.2.2) Additional CPV codes:
80660000 – Training and simulation in military electronic systems.
72317000 – Data storage services.
II.2.3) Place of performance:
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of the procurement:
Not provided
II.2.5) Award criteria
(Directive 2009/81/EC)
The most economically advantageous tender in terms of: Criterion – Weighting
II.2.11) Information about options:
Options: Yes
If yes, description of these options: Description of these options: Upon fulfilling the initial provision of the 3 year contract term, up to an additional 4 years could be exercised by the Authority. The Authority retains the right to exercise this total option duration wholly, or in batches of years or as single years. The Authority is under no obligation to exercise the right to the options if it deems inappropriate to do so.
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information:
Not provided
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/EC)
IV.1.3) Information about framework agreement
The procurement involves the establishment of a framework agreement: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:Yes
IV.2)Administrative Information
IV.2.1) Previous publication concerning this procedure:
Notice number in OJ S: 2019/S 46 – 106655
Section V: Award Of Contract/Concession
Award of Contract/Concession No: 1
Contract No: TSSP/118 Lot Number: Not Provided Title: SCOPIC 2
V.2) Award of contract/concession
V.2.1) Date of contract award decision: 07/11/2019.
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/concessionaire, No. 1:
Cubic Defence UK Ltd
Unit 3, Bridge Court, Wrecclesham, Surrey, GU10 4QE, United Kingdom
Tel. +44 1980505475, Email: andrew.gales@cubic.com
NUTS Code: UKK
The contractor/concessionaire will be an SME: No
V.2.4) Information on value of the contract/lot/concession:
Initial estimated total value of the contract: 25,000,000
Total value of the contract/lot/concession 25,000,000
Currency: GBP
V.2.5) Information about subcontracting:
The contract is likely to be subcontracted: No
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
VI.4) Procedures for review
VI.4.1) Review Body
Ministry of Defence, Land Equipment, Training and Simulation Systems Programme (TSSP)
Cedar 2B, MOD Abbey Wood (South), Bristol, BS34 8JH, United Kingdom
Tel. +44 3067930070, Email: deborah.dear730@mod.gov.uk
V1.4.2) Body responsible for mediation procedures:
Ministry of Defence, Land Equipment, Training and Simulation Systems Programme (TSSP)
Bristol, United Kingdom
Tel. +44 3067930070, Email: deborah.dear760@mod.gov.uk.
VI.4.3) Review procedure
Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Ministry of Defence, Land Equipment, Training and Simulation Systems Programme (TSSP)
Bristol, United Kingdom
Tel. +44 3067930070, Email: deborah.dear730@mod.gov.uk
VI.5) Date of dispatch of this notice: 11/11/2019
Annex D3 – Defence and Security
Justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union
Directive 2009/81/EC
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/EC
No tenders or no suitable tenders/requests to participate in response to: negotiated procedure with prior publication of a contract notice
The contract concerns research and development services other than those referred to in Article 13 of Directive 2009/81/EC: No
The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive: No
All tenders submitted in reply to a restricted procedure, negotiated procedure with prior publication of a contract notice or competitive dialogue were irregular or unacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria: No
The works, supplies or services can be provided only by a particular economic operator for the following reason: Not Provided
The periods for the restricted procedure and the negotiated procedure with prior publication of a contract notice are incompatible with the urgency resulting from a crisis: No
Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: No
Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No
New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive: No
Purchase of supplies or services on particularly advantageous terms: Not Provided
Contract related to the provision of air and maritime transport services for the armed forces of a Member State deployed or to be deployed abroad, under the strict conditions stated in the directive: No
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: (500 words maximum)
It is considered that this 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 (Regulation 16(1)(a)(i) of the Defence and Security Public Contract Regulations 2011 (DSPCR)) due to an absence of tenders. MoD competed the SCOPIC 2 Contract following the Negotiated procedure under DSPCR. Out of the four tenderers who received the ITN, three of them withdrew from the competition leaving only CDUK remaining. Therefore, the requirement will continue as a single source requirement. CDUK have the specific skills, know-how and experience in providing the necessary Contractor Logistic Support and Post Design Services to support and upgrade the equipment when required.