Award

The Supply and In-Service Support Of the Soft Landing System (SLS)

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

31 May 2022 at 10:53

Summary of the contracting process

The Ministry of Defence is engaging in a public procurement process for the supply and in-service support of the Soft Landing System (SLS), a safety equipment initiative classified under the CPV code 35113000. This tender is currently in the Award stage, with the contract being awarded to Forest Safety Group Ltd, reflecting an approximate value of £2.8 million ex VAT. The procurement process is structured as a limited procedure, negotiated without prior publication of a contract notice, and is governed by the Defence and Security Public Contracts Regulations 2011. The awarded contract, signed on 31st May 2022, is for a duration of five years, with two optional extensions available.

This procurement opportunity is well-suited for businesses specialising in safety equipment, maintenance services, and technical support, particularly those with capabilities in producing and maintaining fall bag systems. Companies that can demonstrate expertise in the specific technical requirements of the SLS, including interoperability in critical environments, will have a competitive edge. The contract's focus on thorough training and support further opens avenues for training service providers and those supplying related spare parts. Engaging with this contract could significantly enhance business growth for firms positioned within these specialised sectors.

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

The Supply and In-Service Support Of the Soft Landing System (SLS)

Notice Description

The provision of new and continued through-life support of existing fall bag Soft Landing Systems ("SLS") including repair, maintenance, spares provision, training and technical support.

Lot Information

Lot 1

The Secretary of State for Defence intends to enter into a contract with Forest Safety Group Ltd ("Forest") for the continued through-life support of existing fall bag Soft Landing Systems ("SLS") including repair, maintenance, spares provision, training and technical support, together with the purchase of additional compatible SLS ("the Contract"). The duration of the new Contract will be five years together with two additional individual option years. The approximate value of the Contract is estimated to be PS2.8 million ex VAT including the full exercise of the option years. 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 (in accordance with the relevant legislation) is lawful in accordance with regulations 16(1)(a)(ii) and 16(1)(b)(i) of the DSPCR 2011 for technical reasons and for the purchase of additional supplies. In respect of the existing supplies of SLS, Forest is the owner of several patents and design rights for the SLS and has exclusivity arrangements for certain materials used in the SLS. The Authority does not have sufficient rights in the information in the SLS to provide to an alternative supplier to manufacture new SLS equipment and undertake the repair, maintenance, training and subsequent safety certification of the new or existing supplies to the reasonable satisfaction of the Authority. Furthermore, as Design Authority only Forest has the accumulated expertise and technical know-how at its disposal required to undertake this work. This includes the intimate knowledge and understanding of the existing equipment used across the Authority's platforms and the extreme range of operating environments and climactic conditions in which they are deployed, and for which the SLS have been specifically designed (to include impermeability to Aviation Fuel and paints, oils & lubricants, flame retardancy and UV stability). In respect of the additional supplies, to obtain supplies from a different contractor would create disproportionate technical difficulties in the operation and maintenance of the existing equipment and potential unacceptable interoperability and compatibility risks between all such existing and new equipment both per platform and between platforms, especially considering the life-saving safety criticality of the equipment. Furthermore it would cause significant inconvenience and substantial duplication of costs for the Authority. It is also vital that end users are trained and fully competent in the use of a single system. It would be impracticable and inadvisable for users to be trained to use more than one system. An attempt to integrate and utilise different proprietary systems in the environments and conditions in which they are deployed could lead to mistakes and potentially pose a risk to life.

Options: 2 additional years on an annual basis (+1,+1)

Procurement Information

The Secretary of State for Defence intends to enter into a contract with Forest Safety Group Ltd ("Forest") for the continued through-life support of existing fall bag Soft Landing Systems ("SLS") including repair, maintenance, spares provision, training and technical support, together with the purchase of additional compatible SLS ("the Contract"). The duration of the new Contract will be five years together with two additional individual option years. The approximate value of the Contract is estimated to be PS2.8 million ex VAT including the full exercise of the option years. 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 (in accordance with the relevant legislation) is lawful in accordance with regulations 16(1)(a)(ii) and 16(1)(b)(i) of the DSPCR 2011 for technical reasons and for the purchase of additional supplies. In respect of the existing supplies of SLS, Forest is the owner of several patents and design rights for the SLS and has exclusivity arrangements for certain materials used in the SLS. The Authority does not have sufficient rights in the information in the SLS to provide to an alternative supplier to manufacture new SLS equipment and undertake the repair, maintenance, training and subsequent safety certification of the new or existing supplies to the reasonable satisfaction of the Authority. Furthermore, as Design Authority only Forest has the accumulated expertise and technical know-how at its disposal required to undertake this work. This includes the intimate knowledge and understanding of the existing equipment used across the Authority's platforms and the extreme range of operating environments and climactic conditions in which they are deployed, and for which the SLS have been specifically designed (to include impermeability to Aviation Fuel and paints, oils & lubricants, flame retardancy and UV stability). In respect of the additional supplies, to obtain supplies from a different contractor would create disproportionate technical difficulties in the operation and maintenance of the existing equipment and potential unacceptable interoperability and compatibility risks between all such existing and new equipment both per platform and between platforms, especially considering the life-saving safety criticality of the equipment. Furthermore it would cause significant inconvenience and substantial duplication of costs for the Authority. It is also vital that end users are trained and fully competent in the use of a single system. It would be impracticable and inadvisable for users to be trained to use more than one system. An attempt to integrate and utilise different proprietary systems in the environments and conditions in which they are deployed could lead to mistakes and potentially pose a risk to life.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0341f2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015180-2022
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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

80 - Education and training services


CPV Codes

35113000 - Safety equipment

35113100 - Site-safety equipment

80550000 - Safety training services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£2,800,000 £1M-£10M

Notice Dates

Publication Date
31 May 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
30 May 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

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Louise Burgwyn
Contact Email
louise.burgwyn100@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
Not specified

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Supplier Information

Number of Suppliers
1
Supplier Name

FOREST SAFETY GROUP

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-0341f2-2022-05-31T11:53:36+01:00",
    "date": "2022-05-31T11:53:36+01:00",
    "ocid": "ocds-h6vhtk-0341f2",
    "description": "The Secretary of State for Defence intends to enter into a contract with Forest Safety Group Ltd (\"Forest\") for the continued through-life support of existing fall bag Soft Landing Systems (\"SLS\") including repair, maintenance, spares provision, training and technical support, together with the purchase of additional compatible SLS (\"the Contract\"). The duration of the new Contract will be five years together with two additional individual option years. The approximate value of the Contract is estimated to be PS2.8 million ex VAT including the full exercise of the option years. 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 (in accordance with the relevant legislation) is lawful in accordance with regulations 16(1)(a)(ii) and 16(1)(b)(i) of the DSPCR 2011 for technical reasons and for the purchase of additional supplies. In respect of the existing supplies of SLS, Forest is the owner of several patents and design rights for the SLS and has exclusivity arrangements for certain materials used in the SLS. The Authority does not have sufficient rights in the information in the SLS to provide to an alternative supplier to manufacture new SLS equipment and undertake the repair, maintenance, training and subsequent safety certification of the new or existing supplies to the reasonable satisfaction of the Authority. Furthermore, as Design Authority only Forest has the accumulated expertise and technical know-how at its disposal required to undertake this work. This includes the intimate knowledge and understanding of the existing equipment used across the Authority's platforms and the extreme range of operating environments and climactic conditions in which they are deployed, and for which the SLS have been specifically designed (to include impermeability to Aviation Fuel and paints, oils & lubricants, flame retardancy and UV stability). In respect of the additional supplies, to obtain supplies from a different contractor would create disproportionate technical difficulties in the operation and maintenance of the existing equipment and potential unacceptable interoperability and compatibility risks between all such existing and new equipment both per platform and between platforms, especially considering the life-saving safety criticality of the equipment. Furthermore it would cause significant inconvenience and substantial duplication of costs for the Authority. It is also vital that end users are trained and fully competent in the use of a single system. It would be impracticable and inadvisable for users to be trained to use more than one system. An attempt to integrate and utilise different proprietary systems in the environments and conditions in which they are deployed could lead to mistakes and potentially pose a risk to life.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0341f2",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "The Supply and In-Service Support Of the Soft Landing System (SLS)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "35113000",
            "description": "Safety equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "The provision of new and continued through-life support of existing fall bag Soft Landing Systems (\"SLS\") including repair, maintenance, spares provision, training and technical support.",
        "lots": [
            {
                "id": "1",
                "description": "The Secretary of State for Defence intends to enter into a contract with Forest Safety Group Ltd (\"Forest\") for the continued through-life support of existing fall bag Soft Landing Systems (\"SLS\") including repair, maintenance, spares provision, training and technical support, together with the purchase of additional compatible SLS (\"the Contract\"). The duration of the new Contract will be five years together with two additional individual option years. The approximate value of the Contract is estimated to be PS2.8 million ex VAT including the full exercise of the option years. 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 (in accordance with the relevant legislation) is lawful in accordance with regulations 16(1)(a)(ii) and 16(1)(b)(i) of the DSPCR 2011 for technical reasons and for the purchase of additional supplies. In respect of the existing supplies of SLS, Forest is the owner of several patents and design rights for the SLS and has exclusivity arrangements for certain materials used in the SLS. The Authority does not have sufficient rights in the information in the SLS to provide to an alternative supplier to manufacture new SLS equipment and undertake the repair, maintenance, training and subsequent safety certification of the new or existing supplies to the reasonable satisfaction of the Authority. Furthermore, as Design Authority only Forest has the accumulated expertise and technical know-how at its disposal required to undertake this work. This includes the intimate knowledge and understanding of the existing equipment used across the Authority's platforms and the extreme range of operating environments and climactic conditions in which they are deployed, and for which the SLS have been specifically designed (to include impermeability to Aviation Fuel and paints, oils & lubricants, flame retardancy and UV stability). In respect of the additional supplies, to obtain supplies from a different contractor would create disproportionate technical difficulties in the operation and maintenance of the existing equipment and potential unacceptable interoperability and compatibility risks between all such existing and new equipment both per platform and between platforms, especially considering the life-saving safety criticality of the equipment. Furthermore it would cause significant inconvenience and substantial duplication of costs for the Authority. It is also vital that end users are trained and fully competent in the use of a single system. It would be impracticable and inadvisable for users to be trained to use more than one system. An attempt to integrate and utilise different proprietary systems in the environments and conditions in which they are deployed could lead to mistakes and potentially pose a risk to life.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Lowest price"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "2 additional years on an annual basis (+1,+1)"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35113100",
                        "description": "Site-safety equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80550000",
                        "description": "Safety training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "United Kingdom"
                },
                "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"
            }
        ],
        "procurementMethodRationale": "The Secretary of State for Defence intends to enter into a contract with Forest Safety Group Ltd (\"Forest\") for the continued through-life support of existing fall bag Soft Landing Systems (\"SLS\") including repair, maintenance, spares provision, training and technical support, together with the purchase of additional compatible SLS (\"the Contract\"). The duration of the new Contract will be five years together with two additional individual option years. The approximate value of the Contract is estimated to be PS2.8 million ex VAT including the full exercise of the option years. 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 (in accordance with the relevant legislation) is lawful in accordance with regulations 16(1)(a)(ii) and 16(1)(b)(i) of the DSPCR 2011 for technical reasons and for the purchase of additional supplies. In respect of the existing supplies of SLS, Forest is the owner of several patents and design rights for the SLS and has exclusivity arrangements for certain materials used in the SLS. The Authority does not have sufficient rights in the information in the SLS to provide to an alternative supplier to manufacture new SLS equipment and undertake the repair, maintenance, training and subsequent safety certification of the new or existing supplies to the reasonable satisfaction of the Authority. Furthermore, as Design Authority only Forest has the accumulated expertise and technical know-how at its disposal required to undertake this work. This includes the intimate knowledge and understanding of the existing equipment used across the Authority's platforms and the extreme range of operating environments and climactic conditions in which they are deployed, and for which the SLS have been specifically designed (to include impermeability to Aviation Fuel and paints, oils & lubricants, flame retardancy and UV stability). In respect of the additional supplies, to obtain supplies from a different contractor would create disproportionate technical difficulties in the operation and maintenance of the existing equipment and potential unacceptable interoperability and compatibility risks between all such existing and new equipment both per platform and between platforms, especially considering the life-saving safety criticality of the equipment. Furthermore it would cause significant inconvenience and substantial duplication of costs for the Authority. It is also vital that end users are trained and fully competent in the use of a single system. It would be impracticable and inadvisable for users to be trained to use more than one system. An attempt to integrate and utilise different proprietary systems in the environments and conditions in which they are deployed could lead to mistakes and potentially pose a risk to life."
    },
    "awards": [
        {
            "id": "015180-2022-704025450-1",
            "relatedLots": [
                "1"
            ],
            "title": "The Supply and In-Service Support Of the Soft Landing System (SLS)",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-54261",
                    "name": "Forest Safety Group LTD"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-5483",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Louise Burgwyn",
                "email": "louise.burgwyn100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.gov.uk/government/ministry -of-defence",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "description": "N/A"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "N/A"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-54261",
            "name": "Forest Safety Group LTD",
            "identifier": {
                "legalName": "Forest Safety Group LTD"
            },
            "address": {
                "streetAddress": "Unit 2 Ramsdale Road, Lower Tuffley Lane",
                "locality": "Gloucester",
                "region": "UK",
                "postalCode": "GL2 5FE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1531828960",
                "email": "info@forestgroupuk.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.forestgroupuk.co.uk/",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-12610",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-5483",
        "name": "Ministry of Defence"
    },
    "contracts": [
        {
            "id": "015180-2022-704025450-1",
            "awardID": "015180-2022-704025450-1",
            "title": "The Supply and In-Service Support Of the Soft Landing System (SLS)",
            "status": "active",
            "value": {
                "amount": 2800000,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-31T00:00:00+01:00"
        }
    ],
    "language": "en"
}