Notice Information
Notice Title
Littoral Post Design Services Support
Notice Description
Design services as to military vehicles. The services shall be for an initial period of 5 years, 2 months commencing 1st February 2022 with a further two optional years.
Lot Information
Lot 1
The Contractor is to provide Post Design Services (PDS) to the Authority regarding all variants of the following vehicle platforms: Viking; BV206; BRV; and Future All Terrain Vehicle (FATV). Post Design Services (PDS) ensure that modifications and minor design alterations (arising out of compliance with safety legislation or desired requirements or performance enhancements) are properly appraised and, where approved, implemented while preserving platform capabilities. The Contractor shall be the Design Authority (DA) for the platforms and shall maintain design, manufacturing data and configuration control. Reference equipment shall be utilised as necessary. Additional information: The Cyber Risk Profile (as defined DEFSTAN 05/138) for this requirement is Very Low. The Cyber Risk Assessment Reference is RAR-206864631
Options: The services shall be for an initial period of 5 years, 2 months commencing 1st February 2022. There are two optional years. The maximum duration of the contract will be 7 years 2 months. The vehicle platforms Viking, BV206 and BRV shall be supported for the duration of the contract. Vehicle platform FATV shall be supported in year 3 and subsequently. The service includes CORE services (maintenance of records, technical support, maintaining reference fleet of vehicles etc.). Optionally, NON-CORE ad hoc services may also be required. The Authority has the option to purchase NON-CORE services for the initial period of the contract. For Option Year 1 the Authority has the option to purchase CORE and NON-CORE services. For Option Year 2 the Authority has the option to purchase CORE and NON-CORE services. The maximum anticipated
Procurement Information
The Vehicle Support Team (VST) part of the Ministry of Defence, intends to award a 5 year 2 month initial contract with two option years (maximum contract duration 7 years 2 months), to BAE Systems Hagglunds AB ('BAES Hagglunds') to provide Post Design Services (PDS) for the Viking vehicle (7 variants), BV206 vehicle (14 variants), Beach Recovery Vehicle (BRV) and the Future All Terrain Vehicle (FATV) (All varients). It is considered that this contract can be placed using the negotiated procedure without prior publication pursuant under regulation 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for technical reasons. BAES Hagglunds is the only company with the required technical knowledge and experience to carry out this requirement including owning the Intellectual Property Rights (IPR) for major safety critical components for all four vehicles. Due to the amphibiousness of the vehicles, coupled with ballistic/mine protection structures incorporated into the platforms, all modifications are assessed to ensure that they do not impact the performance baseline, operational effectiveness or the safety of the whole platform. Only BAES Hagglunds is able to utilise this analysis to underwrite these modifications and the safety case of the entire platform. BAES Hagglunds is the only company with a sufficiently detailed understanding of the extreme operational environment requirements of these vehicles designs and variants, and their historical configuration to undertake the required Post Design Services.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02dc2c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/021693-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Limited
- Procurement Method Details
- Negotiated without publication of a contract notice
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35412100 - Infantry fighting vehicles
35412200 - Armoured personnel carriers
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £19,526,632 £10M-£100M
Notice Dates
- Publication Date
- 1 Sep 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 30 Jun 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Mr Stephen Gamlen
- Contact Email
- stephen.gamlen100@mod.gov.uk
- Contact Phone
- +44 3001572651
Buyer Location
- Locality
- BRISTOL
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
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-h6vhtk-02dc2c-2021-09-01T22:45:08+01:00",
"date": "2021-09-01T22:45:08+01:00",
"ocid": "ocds-h6vhtk-02dc2c",
"description": "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. https://www.gov.uk/government/publications/government-security-classifications",
"initiationType": "tender",
"tender": {
"id": "701578551",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Littoral Post Design Services Support",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "35412100",
"description": "Infantry fighting vehicles"
},
"mainProcurementCategory": "goods",
"description": "Design services as to military vehicles. The services shall be for an initial period of 5 years, 2 months commencing 1st February 2022 with a further two optional years.",
"lots": [
{
"id": "1",
"description": "The Contractor is to provide Post Design Services (PDS) to the Authority regarding all variants of the following vehicle platforms: Viking; BV206; BRV; and Future All Terrain Vehicle (FATV). Post Design Services (PDS) ensure that modifications and minor design alterations (arising out of compliance with safety legislation or desired requirements or performance enhancements) are properly appraised and, where approved, implemented while preserving platform capabilities. The Contractor shall be the Design Authority (DA) for the platforms and shall maintain design, manufacturing data and configuration control. Reference equipment shall be utilised as necessary. Additional information: The Cyber Risk Profile (as defined DEFSTAN 05/138) for this requirement is Very Low. The Cyber Risk Assessment Reference is RAR-206864631",
"awardCriteria": {
"criteria": [
{
"name": "n",
"description": "n"
}
]
},
"hasOptions": true,
"options": {
"description": "The services shall be for an initial period of 5 years, 2 months commencing 1st February 2022. There are two optional years. The maximum duration of the contract will be 7 years 2 months. The vehicle platforms Viking, BV206 and BRV shall be supported for the duration of the contract. Vehicle platform FATV shall be supported in year 3 and subsequently. The service includes CORE services (maintenance of records, technical support, maintaining reference fleet of vehicles etc.). Optionally, NON-CORE ad hoc services may also be required. The Authority has the option to purchase NON-CORE services for the initial period of the contract. For Option Year 1 the Authority has the option to purchase CORE and NON-CORE services. For Option Year 2 the Authority has the option to purchase CORE and NON-CORE services. The maximum anticipated"
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35412200",
"description": "Armoured personnel carriers"
}
],
"deliveryAddresses": [
{
"region": "SE"
}
],
"deliveryLocation": {
"description": "Bjornavagen, Sweden"
},
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_PROC_NEGOTIATED_PRIOR_CALL_COMPETITION",
"description": "No tenders or no suitable tenders/requests to participate in response to negotiated procedure with prior publication of a contract notice"
},
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_MANUF_FOR_RESEARCH",
"description": "The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive"
},
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_TECHNICAL",
"description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
}
],
"procurementMethodRationale": "The Vehicle Support Team (VST) part of the Ministry of Defence, intends to award a 5 year 2 month initial contract with two option years (maximum contract duration 7 years 2 months), to BAE Systems Hagglunds AB ('BAES Hagglunds') to provide Post Design Services (PDS) for the Viking vehicle (7 variants), BV206 vehicle (14 variants), Beach Recovery Vehicle (BRV) and the Future All Terrain Vehicle (FATV) (All varients). It is considered that this contract can be placed using the negotiated procedure without prior publication pursuant under regulation 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for technical reasons. BAES Hagglunds is the only company with the required technical knowledge and experience to carry out this requirement including owning the Intellectual Property Rights (IPR) for major safety critical components for all four vehicles. Due to the amphibiousness of the vehicles, coupled with ballistic/mine protection structures incorporated into the platforms, all modifications are assessed to ensure that they do not impact the performance baseline, operational effectiveness or the safety of the whole platform. Only BAES Hagglunds is able to utilise this analysis to underwrite these modifications and the safety case of the entire platform. BAES Hagglunds is the only company with a sufficiently detailed understanding of the extreme operational environment requirements of these vehicles designs and variants, and their historical configuration to undertake the required Post Design Services."
},
"awards": [
{
"id": "021693-2021-701578551-1",
"relatedLots": [
"1"
],
"title": "Littoral Post Design Services Support",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-27153",
"name": "BAE Systems Hagglunds AB"
}
]
}
],
"parties": [
{
"id": "GB-FTS-5483",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Bristol",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Stephen Gamlen",
"telephone": "+44 3001572651",
"email": "stephen.gamlen100@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/ministry-of-defence",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-27153",
"name": "BAE Systems Hagglunds AB",
"identifier": {
"legalName": "BAE Systems Hagglunds AB",
"id": "556305-6059"
},
"address": {
"streetAddress": "Bjornavagen 2, SE-89182 Ornskoldsvik",
"locality": "Bjornavagen",
"region": "SE",
"countryName": "Sweden"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-27154",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Vehicle Support Team, Cedar 1A #3157, MOD Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody",
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-5483",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "021693-2021-701578551-1",
"awardID": "021693-2021-701578551-1",
"title": "Littoral Post Design Services Support",
"status": "active",
"value": {
"amount": 19526632,
"currency": "GBP"
},
"dateSigned": "2021-07-01T00:00:00+01:00"
}
],
"language": "en"
}