Notice Information
Notice Title
n/a
Notice Description
The TacSys Service Executive (SE) within Defence Digital, part of the UK Ministry of Defence (MOD), intends to place with Gentex Europe Ltd a 12-month contract for the provision of technical support services to Gentex Headsets .
Lot Information
Lot 1
The TacSys Service Executive (SE) within Defence Digital, part of the UK Ministry of Defence (MOD), intends to place with Gentex Europe Ltd a 12-month contract for the provision of technical support services to Gentex Headsets .
Procurement Information
A Single Source Contract with Gentex Europe Ltd for the Gentex Amp Ops Core Headset is justified as competition is absent for the following reasons: Design Support: Gentex Europe Ltd is the only approved Co-ordinating Design Organisation for the Gentex headset in UK and they are the only contractor with access to the relevant drawings and qualification evidence required to undertake design and manufacture activities of this headset type. The reason for this is that they are the only approved supplier and have access to the product design information to enable them to undertake any design modifications and repairs to the Gentex headsets. (2) Gentex Corporation who own the Intellectual Property Rights of the Gentex Amp Ops Core Headset system have appointed Gentex Europe Ltd as their UK partner and are not prepared to licence other suppliers to support or supply the equipment. Repair: Due to the complexity of the equipment, Gentex Europe Ltd as the Co-ordinating designer, are the only supplier with the technical ability to undertake repair, maintenance and overhaul activities as they are the only company that supply this equipment. Any other contractor would require a licence from Gentex Corporation to obtain the drawings and list of spare parts required to undertake design and manufacture activities. This would take time for any other supplier to obtain but may not be granted by Gentex Corporation who own the IPR in this headset. Safety: To compete this requirement would introduce the possibility of contravention of the CNAWR and the Defence Safety Authority (DSA) regulations as it would not be possible to ensure that another contractor would be sufficiently qualified, within the requisite timeframes, to undertake design and manufacture activities without including an associated unacceptable level of risk. This would result in the Authority not being able to fulfil CNAWR safety requirements which must be fulfilled to ensure the safe functioning of the forces. To comply with the CNAWR the principles of As Low As Reasonably Practicable (ALARP) must be adhered to. Reasonably practicable involves weighing a risk against the trouble, time and money needed to control it. Thus, ALARP describes the level to which the Authority expect to see workplace risks controlled.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03d381
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015766-2023
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- 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
50 - Repair and maintenance services
-
- CPV Codes
50660000 - Repair and maintenance services of military electronic systems
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £260,000 £100K-£500K
Notice Dates
- Publication Date
- 2 Jun 20232 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 1 Jun 20232 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
- Harvey Webber
- Contact Email
- harvey.webber100@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
- TLK11 Bristol, City of
-
- 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-03d381-2023-06-02T17:14:47+01:00",
"date": "2023-06-02T17:14:47+01:00",
"ocid": "ocds-h6vhtk-03d381",
"description": "The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis, and is published for reasons of transparency. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to the supplier named.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03d381",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "n/a",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50660000",
"description": "Repair and maintenance services of military electronic systems"
},
"mainProcurementCategory": "services",
"description": "The TacSys Service Executive (SE) within Defence Digital, part of the UK Ministry of Defence (MOD), intends to place with Gentex Europe Ltd a 12-month contract for the provision of technical support services to Gentex Headsets .",
"lots": [
{
"id": "1",
"description": "The TacSys Service Executive (SE) within Defence Digital, part of the UK Ministry of Defence (MOD), intends to place with Gentex Europe Ltd a 12-month contract for the provision of technical support services to Gentex Headsets .",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKK11"
}
],
"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": "A Single Source Contract with Gentex Europe Ltd for the Gentex Amp Ops Core Headset is justified as competition is absent for the following reasons: Design Support: Gentex Europe Ltd is the only approved Co-ordinating Design Organisation for the Gentex headset in UK and they are the only contractor with access to the relevant drawings and qualification evidence required to undertake design and manufacture activities of this headset type. The reason for this is that they are the only approved supplier and have access to the product design information to enable them to undertake any design modifications and repairs to the Gentex headsets. (2) Gentex Corporation who own the Intellectual Property Rights of the Gentex Amp Ops Core Headset system have appointed Gentex Europe Ltd as their UK partner and are not prepared to licence other suppliers to support or supply the equipment. Repair: Due to the complexity of the equipment, Gentex Europe Ltd as the Co-ordinating designer, are the only supplier with the technical ability to undertake repair, maintenance and overhaul activities as they are the only company that supply this equipment. Any other contractor would require a licence from Gentex Corporation to obtain the drawings and list of spare parts required to undertake design and manufacture activities. This would take time for any other supplier to obtain but may not be granted by Gentex Corporation who own the IPR in this headset. Safety: To compete this requirement would introduce the possibility of contravention of the CNAWR and the Defence Safety Authority (DSA) regulations as it would not be possible to ensure that another contractor would be sufficiently qualified, within the requisite timeframes, to undertake design and manufacture activities without including an associated unacceptable level of risk. This would result in the Authority not being able to fulfil CNAWR safety requirements which must be fulfilled to ensure the safe functioning of the forces. To comply with the CNAWR the principles of As Low As Reasonably Practicable (ALARP) must be adhered to. Reasonably practicable involves weighing a risk against the trouble, time and money needed to control it. Thus, ALARP describes the level to which the Authority expect to see workplace risks controlled."
},
"awards": [
{
"id": "015766-2023-708085450-1",
"relatedLots": [
"1"
],
"title": "Gentex Headset Support",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-84370",
"name": "Gentex Europe Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-7833",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "MOD Abbey Wood",
"locality": "Bristol",
"region": "UKK11",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Harvey Webber",
"email": "Harvey.Webber100@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/groups/defence-digital",
"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-84370",
"name": "Gentex Europe Ltd",
"identifier": {
"legalName": "Gentex Europe Ltd"
},
"address": {
"streetAddress": "Unit 3, Focus 4, Letchworth Garden City",
"locality": "Hertfordshire",
"region": "UKH23",
"postalCode": "SG6 2TU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-84371",
"name": "TacSys Commercial",
"identifier": {
"legalName": "TacSys Commercial"
},
"address": {
"streetAddress": "MOD Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "harvey.webber100@mod.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-7833",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "015766-2023-708085450-1",
"awardID": "015766-2023-708085450-1",
"title": "Gentex Headset Support",
"status": "active",
"value": {
"amount": 260000,
"currency": "GBP"
},
"dateSigned": "2023-06-02T00:00:00+01:00"
}
],
"language": "en"
}