CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-012990/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
Postal code: BS34 8JH
Country: United Kingdom
Email: DESShipsMSS-MaST-SaBP@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: 711406451 – MSS/186 – Escape, Access & Egress – Ansell Jones
II.1.2) Main CPV code: 44421500
II.1.3) Type of contract Supplies
II.1.4) Short Description:
The Marine Systems Support Output Business Unit (MSS) within the Defence Equipment and Support organisation (DE&S), which is part of the United Kingdom Ministry of Defence (UK MOD), intends to place a 5 year contract (plus two one year option years) with Ansell Jones Limited for Post Design Services, Repairs & Overhaul and the provision of Spares for the Supply of Escape Access and Egress Equipment fitted to HM Ships, at an estimated value of £3.9m.
In accordance with Regulation 4 of the Defence and Security Contracts (Amendment) (EU Exit) 2019 Regulations (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 as amended (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.
It is considered that the placement of this contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with Regulation 16(1)(a)(ii) of the Defence and Security Public Contract Regulations 2011 (as amended) for technical reasons.

II.1.6) Information about lots
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:3900000.00
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 44421500

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement
The Marine Systems Support Output Business Unit (MSS) within the Defence Equipment and Support organisation (DE&S), which is part of the United Kingdom Ministry of Defence (UK MOD), intends to place a 5 year contract (plus two one year option years) with Ansell Jones Limited for Post Design Services, Repairs & Overhaul and the provision of Spares for the Supply of Escape Access and Egress Equipment fitted to HM Ships, at an estimated value of £3.9m.

II.2.5) Award criteria
II.2.11) Information about options
Options:yes
Description of options:
Any subsequent Contract is intended to contain two Options of one year extensions.

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:
A published Opportunity Listing referencing this Voluntary Ex Ante Transparency Notice can be found at the following link:

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
Contract No: 711406451 – MSS/186
Title: Escape Access & Egress

V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision:2024-04-22
V.2.2) Information about tenders
V.2.3) Name and address of the contractor
Official name: Ansell Jones Ltd
Postal address: Ansell Jones, Unit E Lower, Wharf Street
Town: Shipley
Postal code: BD17 7DW
Country: United Kingdom
Email: sales.europe@t-s-c.com
Nuts code:
Internet address:
The contractor is an SME: yes

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 information
VI.3) Additional information:

VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Internet address:

VI.5) Date of dispatch of this notice:
2024-04-22

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:
The Marine Systems Support Output Business Unit (MSS) within the Defence Equipment and Support organisation (DE&S), which is part of the United Kingdom Ministry of Defence (UK MOD), intends to place a 5 year contract (plus two one year option years) with Ansell Jones Limited for Post Design Services, Repairs & Overhaul and the provision of Spares for the Supply of Escape Access and Egress Equipment fitted to HM Ships, at an estimated value of £3.9m.
In accordance with Regulation 4 of the Defence and Security Contracts (Amendment) (EU Exit) 2019 Regulations (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 as amended (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.
It is considered that the placement of this contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with Regulation 16(1)(a)(ii) of the Defence and Security Public Contract Regulations 2011 (as amended) for technical reasons.
Ansell Jones are the Design Authority and manufacturer of the in-service watertight Escape, Access & Egress equipment installed and integrated on a variety of HM Naval Ships. The Escape, Access and Egress equipment on these Ships is integral to Ships capability and failure to provide continued support shall have a significant impact on the Royal Navy’s capability.
As Design Authority, only Ansell Jones have the accumulated technical expertise and technical know-how at its disposal required to support this equipment. This includes the intimate knowledge and understanding of the technical data, overhaul manuals and manufacturing design codes used for the existing equipment across the various platforms which they are fitted and supported. No other supplier has been granted rights to the data and codes by Ansell Jones and neither has UK MOD sufficient rights to provide to any third party.
Only Ansell Jones can provide certification of the safety and interoperability of the repaired and maintained equipment and safety and security accreditation requirements where necessary to the reasonable satisfaction of the Authority.
Furthermore, no other contractor other than Ansell Jones can reasonably provide the services and ancillary spares and supplies where relevant as to do otherwise would create disproportionate technical difficulties in the operation and maintenance of the existing equipment. This could result in unacceptable interoperability risk between all such existing and new equipment for the relevant platforms and would cause significant inconvenience and substantial duplication of costs for the Authority.


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

May 3, 2024

RN Develop Concept Cards - RFI0034 - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: RN Develop Concept Cards – RFI0034 2. Awarding Authority: Ministry of Defence NCHQ, Whale Island Portsmouth England P02

May 3, 2024

Nursery Provision of Early Years & Childcare for RAF Valley and RAF Honington

Type of document: Contract Notice Country: United Kingdom 1. Title: Nursery Provision of Early Years & Childcare for RAF Valley and RAF