Notice Information
Notice Title
MGCC Working at Height
Notice Description
manufacture and procurement of a working at height safety system for the Medium Girder Bridge (MGB) sets
Lot Information
Lot 1
manufacture and procurement of a working at height safety system for the Medium Girder Bridge (MGB) sets
Procurement Information
The Operational Infrastructure programme team, part of the UK Ministry of Defence (MOD), intends to place a Contract with WFEL Ltd for the provision of demonstration and manufacture of a working at height safety system for the Medium Girder Bridge (MGB) sets which was not included in the original MGB Manufacture Contract. The length of the contract will be 4 and the value approximately PS3.85M. This safety system has become necessary because standard safety equipment and systems of work across all bridge configurations are now required to ensure compliance with current Working at Height legislation (WaH). The current risk to life from a WaH accident during construction of an MGB is a Class C risk. In order to comply with Health and Safety Executive (HSE) legislation based on Cost Benefit Analysis (CBA) the Army (as the employer) must do all they can to reduce the risk of working at height (WaH) to ALARP. The value of these additional works is less than 50% of the value of the consideration payable under the original contract. In accordance with regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service is lawful in accordance with Regulation 16(1)(d)(i) of the Defence and Security Public Contracts Regulations 2011 additional works. These additional works cannot for technical reasons be carried out or provided separately from those under the original contract without major inconvenience to the MOD because the original equipment manufacturer (OEM) has already been contracted through an Assessment Phase Contract to investigate and propose a WAH Safety Solution. The End User (Army) have paid for and reviewed this proposal and are content that it will meet the WaH legislation and wish to proceed with WFEL's proposed solution which is currently being developed into a prototype ready to trial. Any deviation from this chosen solution will cause a time delay to the introduction of critical safety equipment and be an economic and resource inconvenience to the Authority. Additionally, following a thorough investigation, the Master Data Packs for MGB (containing all the necessary technical information for a competent engineering company to manufacture the bridge sets) are not available to the Authority to provide to a 3rd party. Therefore a 3rd party supplier would need to design and engineer a WaH system from the ground up without access to any of the MGB technical information. This would result in significant design and production line set up costs and carries a performance and quality risk of components being incompatible with the existing MGB system. As WFEL are the OEM for the MGB, they will have no such incompatibility issues. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low. Reference 600646679.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-032d1a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009853-2022
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- 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
45 - Construction work
-
- CPV Codes
45221100 - Construction work for bridges
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £3,850,000 £1M-£10M
Notice Dates
- Publication Date
- 13 Apr 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 12 Apr 20223 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
- Not specified
- Contact Email
- daisy.wallis106@mod.gov.uk
- Contact Phone
- Not specified
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
- TLD3 Greater Manchester
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
Notice URLs
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-032d1a-2022-04-13T10:50:46+01:00",
"date": "2022-04-13T10:50:46+01:00",
"ocid": "ocds-h6vhtk-032d1a",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-032d1a",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "MGCC Working at Height",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45221100",
"description": "Construction work for bridges"
},
"mainProcurementCategory": "works",
"description": "manufacture and procurement of a working at height safety system for the Medium Girder Bridge (MGB) sets",
"lots": [
{
"id": "1",
"description": "manufacture and procurement of a working at height safety system for the Medium Girder Bridge (MGB) sets",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45221100",
"description": "Construction work for bridges"
}
],
"deliveryAddresses": [
{
"region": "UKD3"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"procurementMethodRationaleClassifications": [
{
"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 Operational Infrastructure programme team, part of the UK Ministry of Defence (MOD), intends to place a Contract with WFEL Ltd for the provision of demonstration and manufacture of a working at height safety system for the Medium Girder Bridge (MGB) sets which was not included in the original MGB Manufacture Contract. The length of the contract will be 4 and the value approximately PS3.85M. This safety system has become necessary because standard safety equipment and systems of work across all bridge configurations are now required to ensure compliance with current Working at Height legislation (WaH). The current risk to life from a WaH accident during construction of an MGB is a Class C risk. In order to comply with Health and Safety Executive (HSE) legislation based on Cost Benefit Analysis (CBA) the Army (as the employer) must do all they can to reduce the risk of working at height (WaH) to ALARP. The value of these additional works is less than 50% of the value of the consideration payable under the original contract. In accordance with regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service is lawful in accordance with Regulation 16(1)(d)(i) of the Defence and Security Public Contracts Regulations 2011 additional works. These additional works cannot for technical reasons be carried out or provided separately from those under the original contract without major inconvenience to the MOD because the original equipment manufacturer (OEM) has already been contracted through an Assessment Phase Contract to investigate and propose a WAH Safety Solution. The End User (Army) have paid for and reviewed this proposal and are content that it will meet the WaH legislation and wish to proceed with WFEL's proposed solution which is currently being developed into a prototype ready to trial. Any deviation from this chosen solution will cause a time delay to the introduction of critical safety equipment and be an economic and resource inconvenience to the Authority. Additionally, following a thorough investigation, the Master Data Packs for MGB (containing all the necessary technical information for a competent engineering company to manufacture the bridge sets) are not available to the Authority to provide to a 3rd party. Therefore a 3rd party supplier would need to design and engineer a WaH system from the ground up without access to any of the MGB technical information. This would result in significant design and production line set up costs and carries a performance and quality risk of components being incompatible with the existing MGB system. As WFEL are the OEM for the MGB, they will have no such incompatibility issues. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low. Reference 600646679."
},
"awards": [
{
"id": "009853-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-49922",
"name": "WFEL Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-5483",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Bristol",
"region": "UKD3",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "daisy.wallis106@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://des.mod.uk/",
"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-49922",
"name": "WFEL Ltd",
"identifier": {
"legalName": "WFEL Ltd"
},
"address": {
"locality": "Manchester",
"region": "UKD3",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-49923",
"name": "Defence Equipment and Support",
"identifier": {
"legalName": "Defence Equipment and Support"
},
"address": {
"locality": "BRISTOL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-5483",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "009853-2022-1",
"awardID": "009853-2022-1",
"status": "active",
"value": {
"amount": 3850000,
"currency": "GBP"
},
"dateSigned": "2022-04-13T00:00:00+01:00"
}
],
"language": "en"
}