Notice Information
Notice Title
MHC Procurement of TSC2002 IFF System & Associated Equipment - Amendment 1 - VTN
Notice Description
Procurement of TSC2002 IFF System & Associated Equipment
Lot Information
Lot 1
1 x TSC2002 IFF Transponder Unit and Associated Equipment
Procurement Information
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 (DSPCR) 2011 as amended (in particular by SI 2019/697 and SI 2020/1450). 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 regulation 16(1)(a)(ii) of the DSPCR 2011 for technical reasons. The Original Equipment Manufacturer (OEM), Thales UK and its parent company TDMS France are the only company which can supply the TSC2002 IFF equipment. This specific model of IFF is required to be issued by the Authority to TDMS France as GFE, as an element of the current phase of the joint UK/French Maritime Mine Countermeasures (MMCM) Contract. The MMCM Programme is a collaborative contract between the UK and French Governments with Thales DMS France, for the design and manufacture of the next generation of autonomous underwater mine hunting capability. The Agreement stems from, and forms part of, the Lancaster House Agreement made between the UK and French nations and is based upon the idea of co-operation and collaboration between the two nations and their capabilities within this area. The integration of the Thales UK TSC2002 is critical to ensure that the UK system has commonality, compatibility and interoperability with the French system, which is to include an identical type of IFF. There is a strict technical impracticality for any other economic operator to undertake the work required within this proposed contract as the specific model of IFF system is proprietary to Thales UK and its parent company TDMS France. This specific model of IFF system is necessary for interoperability, compatibility and commonality purposes, in order to ensure successful testing and integration into the UK/French MMCM systems. Both the UK and French MMCM systems have been designed to use identical IFF models, in order to ensure their ability to communicate effectively and function interoperably, and so that the interface between the two systems can be maximised. The requirement for interoperability is contingent on Thales' specific expertise of their system, and on this basis the use of an alternative supplier or equipment is not viable as they would not allow the same level of compatibility. Failure to provide the TSC2002 model of IFF would impact upon the upcoming production phase of the MMCM systems, which have been designed around the integration and use of this specific IFF system. The integration and use of alternative models of IFF systems would not be possible without significant redesign of the overall system, along with a change to the common Training DLOD and Support DLOD.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0346cf
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016426-2022
- 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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35512400 - Unmanned underwater vehicles
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £123,075 £100K-£500K
Notice Dates
- Publication Date
- 15 Jun 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 24 Feb 20224 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
- Jack Barber
- Contact Email
- jack.barber127@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS34 8JH
- Post Town
- Bristol
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK52 Bath & North East Somerset and South Gloucestershire
- Delivery Location
- TLJ28 West Sussex (North East)
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
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-0346cf-2022-06-15T14:33:27+01:00",
"date": "2022-06-15T14:33:27+01:00",
"ocid": "ocds-h6vhtk-0346cf",
"initiationType": "tender",
"tender": {
"id": "701162380",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "MHC Procurement of TSC2002 IFF System & Associated Equipment - Amendment 1 - VTN",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "35512400",
"description": "Unmanned underwater vehicles"
},
"mainProcurementCategory": "goods",
"description": "Procurement of TSC2002 IFF System & Associated Equipment",
"lots": [
{
"id": "1",
"description": "1 x TSC2002 IFF Transponder Unit and Associated Equipment",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKJ28"
}
],
"deliveryLocation": {
"description": "Manor Royal, Crawley, UK"
},
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"procurementMethodRationaleClassifications": [
{
"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": "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 (DSPCR) 2011 as amended (in particular by SI 2019/697 and SI 2020/1450). 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 regulation 16(1)(a)(ii) of the DSPCR 2011 for technical reasons. The Original Equipment Manufacturer (OEM), Thales UK and its parent company TDMS France are the only company which can supply the TSC2002 IFF equipment. This specific model of IFF is required to be issued by the Authority to TDMS France as GFE, as an element of the current phase of the joint UK/French Maritime Mine Countermeasures (MMCM) Contract. The MMCM Programme is a collaborative contract between the UK and French Governments with Thales DMS France, for the design and manufacture of the next generation of autonomous underwater mine hunting capability. The Agreement stems from, and forms part of, the Lancaster House Agreement made between the UK and French nations and is based upon the idea of co-operation and collaboration between the two nations and their capabilities within this area. The integration of the Thales UK TSC2002 is critical to ensure that the UK system has commonality, compatibility and interoperability with the French system, which is to include an identical type of IFF. There is a strict technical impracticality for any other economic operator to undertake the work required within this proposed contract as the specific model of IFF system is proprietary to Thales UK and its parent company TDMS France. This specific model of IFF system is necessary for interoperability, compatibility and commonality purposes, in order to ensure successful testing and integration into the UK/French MMCM systems. Both the UK and French MMCM systems have been designed to use identical IFF models, in order to ensure their ability to communicate effectively and function interoperably, and so that the interface between the two systems can be maximised. The requirement for interoperability is contingent on Thales' specific expertise of their system, and on this basis the use of an alternative supplier or equipment is not viable as they would not allow the same level of compatibility. Failure to provide the TSC2002 model of IFF would impact upon the upcoming production phase of the MMCM systems, which have been designed around the integration and use of this specific IFF system. The integration and use of alternative models of IFF systems would not be possible without significant redesign of the overall system, along with a change to the common Training DLOD and Support DLOD."
},
"awards": [
{
"id": "016426-2022-701162380-1",
"relatedLots": [
"1"
],
"title": "MHC Procurement of TSC2002 IFF System and Associated Equipment",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-55610",
"name": "Thales UK Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-55609",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "#3016 Ash0C NH3, MoD Abbey Wood, Bristol",
"locality": "Bristol",
"region": "UKK11",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Jack Barber",
"email": "jack.barber127@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-55610",
"name": "Thales UK Limited",
"identifier": {
"legalName": "Thales UK Limited"
},
"address": {
"streetAddress": "Thales UK, Manor Royal, Crawley",
"locality": "Crawley",
"region": "UKJ28",
"postalCode": "RH10 9HA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1293581000",
"email": "crawley.reception@uk.thalesgroup.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.thalesgroup.com",
"scale": "large"
}
},
{
"id": "GB-FTS-55611",
"name": "Ministry of Defence, Ships, Mine and Hydrographic Capability",
"identifier": {
"legalName": "Ministry of Defence, Ships, Mine and Hydrographic Capability"
},
"address": {
"streetAddress": "MOD Abbey Wood, Bristol",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "jack.barber127@mod.gov.uk"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-55609",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "016426-2022-701162380-1",
"awardID": "016426-2022-701162380-1",
"title": "MHC Procurement of TSC2002 IFF System and Associated Equipment",
"status": "active",
"value": {
"amount": 123075,
"currency": "GBP"
},
"dateSigned": "2022-02-24T00:00:00Z"
}
],
"language": "en"
}