Notice Information
Notice Title
The Maritime Strategic Capability Agreement (MSCA) Future Arrangement (FA
Notice Description
Delivery of essential UK strategic capabilities to support the effective delivery of current and future submarine and surface platform design, manufacture and operation.
Lot Information
Lot 1
Procurement for the provision of assured access to deep expertise, and the facilities required to support them, in hydrodynamics, maritime life support, structures & survivability and stealth materials in support of the UK Royal Navy.
Procurement Information
The Submarine Delivery Agency (the "Authority"), part of the UK Ministry of Defence, intends to award a contract to QinetiQ Limited (the "Contractor") for the sustainment and support of the Maritime Strategic Capability Agreement (MSCA). This contract will be for a period of 10 years. This will be a new Qualifying Defence Contract (QDC) and will be compliant with the Defence Reform Act (DRA) and secondary legislation Single Source Contract Regulations (SSCR) 2014. An exemption from the Defence and Security Public Contract Regulations (DSPCR) 2011 (as amended) using regulation 7(1)(a), in conjunction with Regulation 6(3A)a, for security of national-eyes only information has been endorsed by the MoD Directorate of Security and Resilience. It is considered that this contract can be placed using the principles of the Negotiated Procedure without Prior Publication of a Contract Notice pursuant to Regulation 16(1)(a)(ii) of the DSPCR 2011 (as amended) on the basis that QinetiQ Limited is the only contractor capable of supplying the facilities and Suitably Qualified and Experienced Personnel (SQEP) needed to meet the Authority's requirements under this contract. The MSCA requirement has been determined to be, and must remain, a sovereign capability by the current UK Government meaning any potential contractor must meet this requirement with a capability within UK territory. The Restated Principles Agreement (RPA) was signed in July 2001 and transferred operations of the former Defence Evaluation and Research Agency, which was a part of the MOD, to QinetiQ Limited. QinetiQ Limited are currently the only contractor with UK based facilities accredited to the required security requirements and with sufficient technical capability to fulfil the MSCA requirement in UK territory. If a different contractor were to be awarded the contract, these create a disproportionate technical difficulty for the Authority in maintaining and operating its maritime platforms including its Defence Objective of a Continual at Sea Detetterant (CASD). This is due to the necessity for an alternative contractor to undertake a significant investment in their existing capital estate across the whole of the UK to build and furnish dedicated facilities within the UK to meet the unique demands of the MSCA requirement. QinetiQ Limited have operated the facilities transferred to them under the RPA for 15 years and have developed extensive expertise, deeply integrated technical knowledge of the maritime platforms, and specialist tools to support the Authority with maintaining maritime platform capability through-life and CASD. Furthermore, the alternative contractor would be fully responsible for keeping the safety profile of multiple maritime platforms during this initial period to the expected standard, which creates an unacceptable risk to life for users of the maritime platforms in question given the disproportionate technical effort needed from the contractor to meet and maintain this operational requirement. Therefore, only QinetiQ Limited are currently able to meet the Authority's requirement due to technical reasons.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-035077
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018894-2022
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
-
- CPV Codes
50660000 - Repair and maintenance services of military electronic systems
71320000 - Engineering design services
71600000 - Technical testing, analysis and consultancy services
75220000 - Defence services
79993000 - Building and facilities management services
80600000 - Training services in defence and security materials
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £215,000,000 £100M-£1B
Notice Dates
- Publication Date
- 11 Jul 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 11 Mar 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
- Karen Jarvis
- Contact Email
- karen.jarvis872@mod.gov.uk
- Contact Phone
- +44 3067930878
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
- Not specified
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
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-035077-2022-07-11T12:04:30+01:00",
"date": "2022-07-11T12:04:30+01:00",
"ocid": "ocds-h6vhtk-035077",
"initiationType": "tender",
"tender": {
"id": "701575518",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "The Maritime Strategic Capability Agreement (MSCA) Future Arrangement (FA",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "75220000",
"description": "Defence services"
},
"mainProcurementCategory": "services",
"description": "Delivery of essential UK strategic capabilities to support the effective delivery of current and future submarine and surface platform design, manufacture and operation.",
"lots": [
{
"id": "1",
"description": "Procurement for the provision of assured access to deep expertise, and the facilities required to support them, in hydrodynamics, maritime life support, structures & survivability and stealth materials in support of the UK Royal Navy.",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50660000",
"description": "Repair and maintenance services of military electronic systems"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
},
{
"scheme": "CPV",
"id": "80600000",
"description": "Training services in defence and security materials"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "The Submarine Delivery Agency (the \"Authority\"), part of the UK Ministry of Defence, intends to award a contract to QinetiQ Limited (the \"Contractor\") for the sustainment and support of the Maritime Strategic Capability Agreement (MSCA). This contract will be for a period of 10 years. This will be a new Qualifying Defence Contract (QDC) and will be compliant with the Defence Reform Act (DRA) and secondary legislation Single Source Contract Regulations (SSCR) 2014. An exemption from the Defence and Security Public Contract Regulations (DSPCR) 2011 (as amended) using regulation 7(1)(a), in conjunction with Regulation 6(3A)a, for security of national-eyes only information has been endorsed by the MoD Directorate of Security and Resilience. It is considered that this contract can be placed using the principles of the Negotiated Procedure without Prior Publication of a Contract Notice pursuant to Regulation 16(1)(a)(ii) of the DSPCR 2011 (as amended) on the basis that QinetiQ Limited is the only contractor capable of supplying the facilities and Suitably Qualified and Experienced Personnel (SQEP) needed to meet the Authority's requirements under this contract. The MSCA requirement has been determined to be, and must remain, a sovereign capability by the current UK Government meaning any potential contractor must meet this requirement with a capability within UK territory. The Restated Principles Agreement (RPA) was signed in July 2001 and transferred operations of the former Defence Evaluation and Research Agency, which was a part of the MOD, to QinetiQ Limited. QinetiQ Limited are currently the only contractor with UK based facilities accredited to the required security requirements and with sufficient technical capability to fulfil the MSCA requirement in UK territory. If a different contractor were to be awarded the contract, these create a disproportionate technical difficulty for the Authority in maintaining and operating its maritime platforms including its Defence Objective of a Continual at Sea Detetterant (CASD). This is due to the necessity for an alternative contractor to undertake a significant investment in their existing capital estate across the whole of the UK to build and furnish dedicated facilities within the UK to meet the unique demands of the MSCA requirement. QinetiQ Limited have operated the facilities transferred to them under the RPA for 15 years and have developed extensive expertise, deeply integrated technical knowledge of the maritime platforms, and specialist tools to support the Authority with maintaining maritime platform capability through-life and CASD. Furthermore, the alternative contractor would be fully responsible for keeping the safety profile of multiple maritime platforms during this initial period to the expected standard, which creates an unacceptable risk to life for users of the maritime platforms in question given the disproportionate technical effort needed from the contractor to meet and maintain this operational requirement. Therefore, only QinetiQ Limited are currently able to meet the Authority's requirement due to technical reasons."
},
"awards": [
{
"id": "018894-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-58398",
"name": "QinetiQ Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-58397",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Filton Abbeywood, Stoke Gifford",
"locality": "Bristol",
"region": "UK",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Karen Jarvis",
"telephone": "+44 3067930878",
"email": "Karen.Jarvis872@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-58398",
"name": "QinetiQ Limited",
"identifier": {
"legalName": "QinetiQ Limited",
"id": "03796233"
},
"address": {
"streetAddress": "Cody Technology Park, Ively Road",
"locality": "Farnborough",
"region": "UK",
"postalCode": "GU14 0LX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-58399",
"name": "MOD Central Legal Services",
"identifier": {
"legalName": "MOD Central Legal Services"
},
"address": {
"locality": "Bristol",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-58397",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "018894-2022-1",
"awardID": "018894-2022-1",
"status": "active",
"value": {
"amount": 215000000,
"currency": "GBP"
},
"dateSigned": "2022-03-11T00:00:00Z"
}
],
"language": "en"
}