Notice Information
Notice Title
Remote Weapons Stations, Weapons and Ammunition
Notice Description
The Defence Science and Technology Laboratory (Dstl), part of the UK Ministry of Defence previous issued a VTN on 28th July 2021 and further to this, has now awarded an amendment valued at up to PS700K (EX VAT) to a previous advertised and awarded (October and December 2020) Single Source Non-Qualifying Defence Contract with Edgar Brothers ("the Contractor") for the procurement and delivery of an additional limited quantity of RS1 and RM1 systems including the provision of engineering support used in connection with weapon integration, platform integration and virtualised environment integration. The original Contract was subject to a VTN under which the Authority invoked Regulation 7(1) (a) of the DSPCR to exempt the requirement from the DSPCR in conjunction with Regulation (6)(3a)(b).
Procurement Information
The Defence Science and Technology Laboratory (Dstl), part of the UK Ministry of Defence has awarded an amendment valued at up to PS700K (EX VAT) to a previous advertised and awarded Single Source Non Qualifying Defence Contract with Edgar Brothers ("the Contractor") for the procurement and delivery of an additional limited quantity of RS1 and RM1 systems including the provision of engineering support used in connection with weapon integration, platform integration and virtualised environment integration. The original Contract was subject to a VTN under which the Authority invoked Regulation 7(1) (a) of the DSPCR to exempt the requirement from the DSPCR in conjunction with Regulation (6)(3a)(b). The Contractor, as the sole approved UK distributor of the Original Equipment Manufacturer for the Units has access via the OEM to the technical designs, tools, knowledge and know-how necessary to supply and integrate the Units to UK MOD Government Furnished Equipment, the Authority does not own the rights authorising them to share the essential technical specifications that other economic providers require to redesign. The Units are safety critical to the operation of the platform, to safeguard interoperability across the platform and virtual environment the Units must be supplied in accordance with the relevant technical specifications in order to meet operational safety requirements. The Units to be developed and manufactured under this procurement are solely for the purpose of research and development and not with a view to quantity production to establish commercial viability or recovering R&D costs. The manufacture of these items equates to technology readiness level 6. This requirement was subject to a VTN dated 28th July 2021 seeking to issue an amendment to the existing Contract to undertake the procurement of an additional quantity from the original supplier as the purchase is in addition to existing goods or an installation and a change of supplier would oblige the procurer to acquire goods having different technical characteristics resulting in incompatibility with the goods covered by the original contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02e0c9
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/022875-2021
- 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
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35300000 - Weapons, ammunition and associated parts
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £656,252 £500K-£1M
Notice Dates
- Publication Date
- 14 Sep 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 15 Aug 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Attn: Craig Flynn
- Contact Email
- caflynn@dstl.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- SALISBURY
- Postcode
- SP4 0JQ
- Post Town
- Salisbury
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK7 Gloucestershire and Wiltshire
- Small Region (ITL 3)
- TLK72 Wiltshire
- Delivery Location
- Not specified
-
- Local Authority
- Wiltshire
- Electoral Ward
- Winterslow & Upper Bourne Valley
- Westminster Constituency
- Salisbury
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-02e0c9-2021-09-14T22:45:02+01:00",
"date": "2021-09-14T22:45:02+01:00",
"ocid": "ocds-h6vhtk-02e0c9",
"initiationType": "tender",
"tender": {
"id": "DSTL/AGR/01192/01",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Remote Weapons Stations, Weapons and Ammunition",
"classification": {
"scheme": "CPV",
"id": "35300000",
"description": "Weapons, ammunition and associated parts"
},
"mainProcurementCategory": "goods",
"additionalClassifications": [
{
"scheme": "TED_TYPE_SUPPLIES_CONTRACT",
"id": "PURCHASE",
"description": "Purchase"
}
],
"description": "The Defence Science and Technology Laboratory (Dstl), part of the UK Ministry of Defence previous issued a VTN on 28th July 2021 and further to this, has now awarded an amendment valued at up to PS700K (EX VAT) to a previous advertised and awarded (October and December 2020) Single Source Non-Qualifying Defence Contract with Edgar Brothers (\"the Contractor\") for the procurement and delivery of an additional limited quantity of RS1 and RM1 systems including the provision of engineering support used in connection with weapon integration, platform integration and virtualised environment integration. The original Contract was subject to a VTN under which the Authority invoked Regulation 7(1) (a) of the DSPCR to exempt the requirement from the DSPCR in conjunction with Regulation (6)(3a)(b).",
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Porton Down, Salisbury"
}
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"procurementMethodRationaleClassifications": [
{
"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"
},
{
"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_ADD_DELIVERIES_ORDERED",
"description": "Additional deliveries by the original supplier ordered under the strict conditions stated in the directive"
}
],
"procurementMethodRationale": "The Defence Science and Technology Laboratory (Dstl), part of the UK Ministry of Defence has awarded an amendment valued at up to PS700K (EX VAT) to a previous advertised and awarded Single Source Non Qualifying Defence Contract with Edgar Brothers (\"the Contractor\") for the procurement and delivery of an additional limited quantity of RS1 and RM1 systems including the provision of engineering support used in connection with weapon integration, platform integration and virtualised environment integration. The original Contract was subject to a VTN under which the Authority invoked Regulation 7(1) (a) of the DSPCR to exempt the requirement from the DSPCR in conjunction with Regulation (6)(3a)(b). The Contractor, as the sole approved UK distributor of the Original Equipment Manufacturer for the Units has access via the OEM to the technical designs, tools, knowledge and know-how necessary to supply and integrate the Units to UK MOD Government Furnished Equipment, the Authority does not own the rights authorising them to share the essential technical specifications that other economic providers require to redesign. The Units are safety critical to the operation of the platform, to safeguard interoperability across the platform and virtual environment the Units must be supplied in accordance with the relevant technical specifications in order to meet operational safety requirements. The Units to be developed and manufactured under this procurement are solely for the purpose of research and development and not with a view to quantity production to establish commercial viability or recovering R&D costs. The manufacture of these items equates to technology readiness level 6. This requirement was subject to a VTN dated 28th July 2021 seeking to issue an amendment to the existing Contract to undertake the procurement of an additional quantity from the original supplier as the purchase is in addition to existing goods or an installation and a change of supplier would oblige the procurer to acquire goods having different technical characteristics resulting in incompatibility with the goods covered by the original contract."
},
"awards": [
{
"id": "022875-2021-DSTL/AGR/01192/01-1",
"status": "active",
"hasSubcontracting": false,
"suppliers": [
{
"id": "GB-FTS-23937",
"name": "Ian Edgar (Liverpool) Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-23936",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence",
"id": "Defence Science and Technology Laboratory"
},
"address": {
"streetAddress": "Building 5, Room G-02, Porton Down",
"locality": "Salisbury",
"postalCode": "SP4 0JQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Attn: Craig Flynn",
"email": "caflynn@dstl.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"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-23937",
"name": "Ian Edgar (Liverpool) Limited",
"identifier": {
"legalName": "Ian Edgar (Liverpool) Limited"
},
"address": {
"streetAddress": "Heather Close, Lyme Green Business Park",
"locality": "Macclesfield",
"postalCode": "SK11 0LR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-FTS-23936",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "022875-2021-DSTL/AGR/01192/01-1",
"awardID": "022875-2021-DSTL/AGR/01192/01-1",
"status": "active",
"value": {
"amount": 656252.78,
"currency": "GBP"
},
"dateSigned": "2021-08-16T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 1
},
{
"id": "2",
"measure": "electronicBids",
"value": 1
}
]
},
"language": "en"
}