Notice Information
Notice Title
Challenger 2 Life Extension Project
Notice Description
For the avoidance of doubt, this Contract Notice and Dynamic Pre-Qualification Questionnaire (DPQQ) are being released in advance of a formal approval of available funding to initiate a competition. This approach is intended to accelerate the subsequent release of an Invitation to Negotiate (ITN) to the pre-selected field of bidders once approval to proceed to competition has been confirmed. For planning purposes only the Authority is assuming that formal approval will be achieved in late January 2016. The UK Ministry of Defence (MOD) Armoured Vehicles Programmes (The Authority) has a possible future requirement to deliver a Challenger 2 Life Extension Project (CR2 LEP). The user requires the CR2 Main Battle Tank (MBT) Out of Service Date to be extended from 2025 to 2035, in order to continue to provide precision direct fire manoeuvre capability across a broad spectrum of operations. CR2 LEP seeks to address obsolescence issues to maintain main battle tank capability until 2035. This is a Category A Military Project (up to PS700M inclusive of VAT, including initial logistic support). Subject to internal approvals, the Authority intends to conduct a Competitive Negotiated Competition under the Defence Security and Public Contracts Regulations 2011 with the intention of inviting a minimum of three tenderers. From these tenders the Authority intends to utilise Most Economically Advantageous Tender (MEAT) principles to down select to two Prime Contractors, with each being invited to independently undertake a 2 year Assessment Phase (AP) under contracts not to exceed the Authority's total AP budget of PS42M inclusive of UK VAT. The ultimate aim of the competition will be to award a Demonstration, Manufacture and In-service Support (DMI) contract to the bidder which at the conclusion of the AP provides the most economically advantageous tender for the DMI contract. During the AP the Authority will negotiate with the AP contractors under the Competitive Negotiated Procedure to refine their specific DMI proposals which will be evaluated at the conclusion of the AP. The Authority will then select a winner who, subject to a Main Gate investment decision, will deliver their proposed DMI solution in accordance with the terms included in the ITN and resolved during the AP. The ultimately successful DMI contractor will be required to formally undertake the role of Design Authority (DA) for the whole Platform. The timing for establishing formal DA status would be co-incident with the successful achievement of Critical Design Review during the D&M Phase. Industry should note that the Invitation To Negotiate (ITN) will require the AP contractors to consider support options for any new to service items in conjunction with the Authority's primary Support provider (Babcock DSG Ltd), which is the existing provider of support to the Platform (and its common based platform variants) via existing Inventory and Repair Contracts. AP bidders will be expecte Additional information: To view this notice, register as a supplier here: http://www.contracts.mod.uk/delta/signup.html?userType=supplier and search for the notice with reference 'UK-Bristol: Armoured combat vehicles.'.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-a5083b5e-6f03-4397-8360-dd2023c91f30
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/c9262c42-ddcf-452d-a4ff-f1025d1c2f79
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35412000 - Armoured combat vehicles
Notice Value(s)
- Tender Value
- £17,500,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- £38,186,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Jan 20179 years ago
- Submission Deadline
- 22 Dec 2016Expired
- Future Notice Date
- Not specified
- Award Date
- 15 Dec 20169 years ago
- Contract Period
- 3 Jan 2017 - 3 Jan 2019 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE, LAND EQUIPMENT, OTHER
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS34 8JH
- Post Town
- Bristol
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK52 Bath & North East Somerset and South Gloucestershire
- Delivery Location
- TLK South West (England)
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/c9262c42-ddcf-452d-a4ff-f1025d1c2f79
21st January 2017 - Awarded contract notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-a5083b5e-6f03-4397-8360-dd2023c91f30-2017-01-21T09:09:09Z",
"date": "2017-01-21T09:09:09Z",
"ocid": "ocds-b5fd17-a5083b5e-6f03-4397-8360-dd2023c91f30",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "BIP50899955",
"title": "Challenger 2 Life Extension Project",
"description": "For the avoidance of doubt, this Contract Notice and Dynamic Pre-Qualification Questionnaire (DPQQ) are being released in advance of a formal approval of available funding to initiate a competition. This approach is intended to accelerate the subsequent release of an Invitation to Negotiate (ITN) to the pre-selected field of bidders once approval to proceed to competition has been confirmed. For planning purposes only the Authority is assuming that formal approval will be achieved in late January 2016. The UK Ministry of Defence (MOD) Armoured Vehicles Programmes (The Authority) has a possible future requirement to deliver a Challenger 2 Life Extension Project (CR2 LEP). The user requires the CR2 Main Battle Tank (MBT) Out of Service Date to be extended from 2025 to 2035, in order to continue to provide precision direct fire manoeuvre capability across a broad spectrum of operations. CR2 LEP seeks to address obsolescence issues to maintain main battle tank capability until 2035. This is a Category A Military Project (up to PS700M inclusive of VAT, including initial logistic support). Subject to internal approvals, the Authority intends to conduct a Competitive Negotiated Competition under the Defence Security and Public Contracts Regulations 2011 with the intention of inviting a minimum of three tenderers. From these tenders the Authority intends to utilise Most Economically Advantageous Tender (MEAT) principles to down select to two Prime Contractors, with each being invited to independently undertake a 2 year Assessment Phase (AP) under contracts not to exceed the Authority's total AP budget of PS42M inclusive of UK VAT. The ultimate aim of the competition will be to award a Demonstration, Manufacture and In-service Support (DMI) contract to the bidder which at the conclusion of the AP provides the most economically advantageous tender for the DMI contract. During the AP the Authority will negotiate with the AP contractors under the Competitive Negotiated Procedure to refine their specific DMI proposals which will be evaluated at the conclusion of the AP. The Authority will then select a winner who, subject to a Main Gate investment decision, will deliver their proposed DMI solution in accordance with the terms included in the ITN and resolved during the AP. The ultimately successful DMI contractor will be required to formally undertake the role of Design Authority (DA) for the whole Platform. The timing for establishing formal DA status would be co-incident with the successful achievement of Critical Design Review during the D&M Phase. Industry should note that the Invitation To Negotiate (ITN) will require the AP contractors to consider support options for any new to service items in conjunction with the Authority's primary Support provider (Babcock DSG Ltd), which is the existing provider of support to the Platform (and its common based platform variants) via existing Inventory and Repair Contracts. AP bidders will be expecte Additional information: To view this notice, register as a supplier here: http://www.contracts.mod.uk/delta/signup.html?userType=supplier and search for the notice with reference 'UK-Bristol: Armoured combat vehicles.'.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "35412000",
"description": "Armoured combat vehicles"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "South West",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 17500000,
"currency": "GBP"
},
"procurementMethodDetails": "Not specified",
"tenderPeriod": {
"endDate": "2016-12-22T23:59:59Z"
},
"contractPeriod": {
"startDate": "2017-01-03T00:00:00Z",
"endDate": "2019-01-03T23:59:59Z"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-CFS-45402",
"name": "Ministry of Defence, Land Equipment, Other",
"identifier": {
"legalName": "Ministry of Defence, Land Equipment, Other"
},
"address": {
"streetAddress": "Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "UK"
},
"contactPoint": {
"name": "David Shepherd",
"email": "DESLEAVP-ISP-Comrcl-Mgr5@mod.uk",
"telephone": "+441179131723"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-45403",
"name": "BAE SYSTEMS GLOBAL COMBAT SYSTEMS LTD.",
"identifier": {
"legalName": "BAE SYSTEMS GLOBAL COMBAT SYSTEMS LTD."
},
"address": {
"streetAddress": "PO BOX 106 HADLEY CASTLE WORKS TELFORD TF1 6QW"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-45404",
"name": "RHEINMETALL LANDSYSTEME GMBH",
"identifier": {
"legalName": "RHEINMETALL LANDSYSTEME GMBH"
},
"address": {
"streetAddress": "Heinrich-Ehrhardt-Strasse 2 Unterluss 29345"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-45402",
"name": "Ministry of Defence, Land Equipment, Other"
},
"awards": [
{
"id": "ocds-b5fd17-a5083b5e-6f03-4397-8360-dd2023c91f30-1",
"status": "active",
"date": "2016-12-15T00:00:00Z",
"datePublished": "2017-01-21T09:09:09Z",
"value": {
"amount": 38186000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-45403",
"name": "BAE SYSTEMS GLOBAL COMBAT SYSTEMS LTD."
},
{
"id": "GB-CFS-45404",
"name": "RHEINMETALL LANDSYSTEME GMBH"
}
],
"contractPeriod": {
"startDate": "2017-01-03T00:00:00Z",
"endDate": "2019-01-03T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/c9262c42-ddcf-452d-a4ff-f1025d1c2f79",
"datePublished": "2017-01-21T09:09:09Z",
"format": "text/html",
"language": "en"
}
]
}
]
}