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 079-153507/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, Land Equipment, Other
Postal address: Spruce 1a # 1122, Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Contact Person: Mrs Catherine Smith
Telephone: +44 3067935855
Email: DESLEVS-Comrcl-Offr4@mod.uk
Nuts code: UKD11
Internet address(es):
Main address: www.contracts.mod.uk

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: AS90 Drivers Console Unit Re-manufacture.

Reference number: AVPISP/00133
II.1.2) Main CPV code: 35400000
II.1.3) Type of contract Services
II.1.4) Short Description:
Re-manufacture of the AS90 Drivers Console Unit (DCU), which is the main electronic assembly for the AS90 Hull systems, and their subsequent embodiment into the MoD’s fleet of AS90 vehicles.
II.1.6) Information about lots
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:1800000
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 35400000

II.2.3) Place of performance
Nuts code: UKD11 Main site or place of performance:West Cumbria.

II.2.4) Description of the procurement
Re-manufacture of the AS90 Drivers Console Unit (DCU), which is the main electronic assembly for the AS90 Hull systems, and their subsequent embodiment into the MoD’s fleet of AS90 vehicles.

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
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: AVPISP/00133
Title: AS90 Drivers Console Unit Re-manufacture

V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision:2017-04-19
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: BAE Systems Global Combat Systems Limited
Postal address: Cumbria
Town: Barrow-in-Furness
Postal code: LA14 1AF
Country: United Kingdom
Nuts code: UKD11
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: 1800000
Total value of the contract/lot/concession:1800000
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-2017420-DCB-10044529.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, Land Equipment, Other
Postal address: Spruce 1a, # 1122
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 3067935855
E-mail: DESLEVS-Comrcl-Offr4@mod.uk

VI.5) Date of dispatch of this notice:
2017-04-20

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
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 Vehicle Support Team, Armoured Tracks Programme, part of the Ministry of Defence (MoD), intends to place a 2 year contract with BAE Systems Global Combat Systems Limited (BAE) for the re-manufacture of the AS90 Drivers Console Unit (DCU), which is the main electronic assembly for the AS90 Hull systems, and their subsequent embodiment into the MoD’s fleet of AS90 vehicles. It is considered that this contract can be placed using the Negotiated Procedure Without Prior Publication pursuant to Article 28(1) (e) of Directive 2009/81/EC of the European Parliament and of the Council (Regulation 16(1)(a)(ii) of the UK Defence and Security Public Contract Regulations 2011) on the basis that the contract may be awarded only to BAE for technical reasons. The value of this contract is 1 800 000 GBP.
Only BAE, as the Design Authority for the AS90 platform, has the specific test equipment necessary to undertake the required re-manufacture and re-installation activities. Each DCU for re-manufacture will require initial in-inspection to diagnose for faults and establish what level of preliminary work may be required. This is performed on the Production Automated Test Equipment, which is bespoke to AS90 and proprietary to BAE with the MoD having no rights to this equipment.
The re-manufacture of the DCUs is safety critical, as they contain the AS90s Auxiliary Brake System sub-assembly and the re-wiring of the DCU is necessary to prevent fires occurring. Only BAE has the ability to test fully and confirm the full functionality of the re-manufactured DCU in a manner which meets the MoD’s requirements under the contract, including in respect of the provision of safe for use certification.
Please note: This is a Voluntary Transparency Notice and the Contract has not yet been awarded.

Post written by: Andrew Perry

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