Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-003519/EN)
Nature of contract: Supply contract
Procedure: Award of a contract without prior publication
Type of bid required: Not applicable
Voluntary ex ante transparency notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence
Town: Bristol
Country: United Kingdom
Email: nicholas.clark125@mod.gov.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: Watchkeeper In-Service Support 2024 – 2027
II.1.2) Main CPV code: 35613000
II.1.3) Type of contract Supplies
II.1.4) Short Description:
The Thales Watchkeeper is an unmanned aerial vehicle (UAV) for all weather, intelligence, surveillance, target acquisition, and reconnaissance (ISTAR) used by the British Army. Watchkeeper In-Service Support has been provided since the AV came into service in the 2010s.
II.1.6) Information about lots
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:90000000.00
Currency:GBP
II.2) Description
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement
Continued Watchkeeper Air Vehicle In-Service Support. 1 April 2024 – 31 March 2027.
This consists of;
– Provision of service management
– Asset Management
– Obsolescence Management
– Training
– Engineering and Safety
– Management of the Sustainment Fleet
II.2.5) Award criteria
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
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
(please complete point 2 of the Annex D)
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:2024-02-02
V.2.2) Information about tenders
V.2.3) Name and address of the contractor
Official name: Thales UK
Town: Crawley
Country: United Kingdom
Nuts code:
The contractor is an SME: no
V.2.4) Information on value of the contract/lot/concession(excluding VAT)
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
V.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Section VI: Complementary informationVI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence
Town: Bristol
Country: United Kingdom
VI.5) Date of dispatch of this notice:
2024-02-02
Other justification for the award of the contract without prior publication of a call for competition
in the Official Journal of the European Union
The procurement falls outside the scope of application of the directive
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:
Short description of the contract or purchase(s):
To extend the existing scope of the extant Watchkeeper In-Service Support (ISS) Contract UAS/00096 including delivery of continued Test and Evaluation (T & E) and activities to address known WK system obsolescence.
Reason For Award of Contract:
To enable the Watchkeeper Air Vehicle to operate at numerous Units of Action and Points of Presence in the UK and overseas for a further three-year period until 2027.
Justification for Non-Competitive Decision:
Technical Reasons
In accordance with Regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate.
Thales UK (ISR) are the platform Design Authority Approved Organisation Scheme (DAOS) and Military Airworthiness Organisation Scheme (MAOS) accredited Original Equipment Manufacturer (OEM), in conjunction with other equipment OEMs within the supply chain. Therefore, only Thales have the technical documents and proprietary information (including software), equipment, infrastructure, skills, knowledge and authority (via the MAA) required in order to safely carry out this work. No other contractor would be able to safely perform this requirement as no other contractor would have access to the required technical and proprietary information.
Main Place of Performance or Delivery:
Thales Intelligence Surveillance Reconnaissance (ISR), Crawley, Manor Royal, Crawley, Sussex RH10 9HA, United Kingdom