Award

Littoral Post Design Services Support

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

01 Sep 2021 at 21:45

Summary of the contracting process

The Ministry of Defence (MoD) in the United Kingdom is seeking tender submissions for the "Littoral Post Design Services Support," which falls under the goods category, specifically in the military vehicle industry. The procurement process is currently active and involves a limited negotiation method without prior publication of a contract notice. The initial contract, valued at £19,526,632, begins on 1st February 2022 and will last for 5 years and 2 months, with the option to extend for an additional two years. Services will be delivered in Björnavägen, Sweden, covering multiple vehicle platforms including the Viking and BV206.

This tender presents significant opportunities for businesses, particularly those with expertise in military design and support services. Companies that specialise in post design services, vehicle maintenance, and related technical support could find a suitable fit for this contract's requirements. Given BAE Systems Hägglunds AB's exclusive technical knowledge in this domain, businesses with innovative design capabilities and a strong grasp of safety compliance in military contexts may have the potential to engage in future related opportunities as the contract evolves.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

BAE SYSTEMS HÄGGLUNDS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}