Notice Information
Notice Title
Nato Submarine Rescue System Third In-Service Support Period Contract Amendment for the relocation of the NSRS assets.
Notice Description
JFD Ltd acting as agent for the UK Ministry of Defence is requested to secure a lease for the relocation of the NSRS assets to a suitable commercial building.
Lot Information
Lot 1
The In-Service Submarines Team, part of the UK Ministry of Defence, intends to award an amendment to the contract with JFD Ltd for the provision of the Nato Submarine Rescue Service (NSRS) to increase its scope to include: 1. Securing a lease on a suitable commercial premises for housing the full Nato Submarine Rescue System (NSRS); 2. Relocating the NSRS assets to the alternative commercial building and; 3. Modifying the alternative commercial building so it is fit for purpose in accordance with the system User Requirements Document. The duration of this requirement is 4 years with the option of a further 2 + 2 years. The estimated total contract value is not to exceed PS10m. 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 (as required by the relevant legislation) is lawful in accordance with Regulation 16(1)(d)(i)(aa) of the DSPCR 2011. Unforeseen circumstances at the Base Location have required structural surveys to be undertaken which have identified issues within the building fabric. This has resulted in limited access to personnel, affecting the Contractor's ability to fulfil their contractual requirements to maintain Rescue System readiness. It is determined that the additional services can only be supplied by JFD Ltd because they cannot be technically or economically separated from the original contract without major inconvenience to the procurer. Technically, the additional services cannot be provided by another supplier because it would cause an intolerable risk to the provision of the core contract services. Scheduling and maintenance requirements need to be factored in to ensure no loss of critical submarine rescue capability during relocation, and the configuration of the equipment at the new location must be optimised to ensure training, maintenance and mobilisation can take place. Mobilisation of the assets already forms a key element of the contract and so JFD Ltd have subcontractor framework agreements in place which will maximise efficiency and minimise cost. The value of this amendment does not exceed 50% of the original contract value (Regulation 16(5)).
Options: The duration of this requirement is 4 years with the option of a further 2 + 2 years. The estimated total contract value is not to exceed PS10m.
Procurement Information
It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with Regulation 16(1)(d)(i)(aa) of the DSPCR 2011. It is believed that the additional services can only be supplied by JFD Ltd because they cannot be technically or economically separated from the original contract without major inconvenience to the procurer. Technically, the additional services cannot be provided by another supplier because it would cause an intolerable risk to the provision of the core contract services. Scheduling and maintenance requirements need to be factored in to ensure no loss of critical submarine rescue capability during relocation, and the configuration of the equipment at the new location must be optimised to ensure training, maintenance and mobilisation can take place. Mobilisation of the assets already forms a key element of the contract and so JFD Ltd have subcontractor framework agreements in place which will maximise efficiency and minimise cost.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-043d05
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006198-2024
- 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
75 - Administration, defence and social security services
-
- CPV Codes
75221000 - Military defence services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £10,000,000 £10M-£100M
Notice Dates
- Publication Date
- 27 Feb 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 22 Feb 20242 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
- Samantha Gillett
- Contact Email
- samantha.gillett133@mod.gov.uk
- Contact Phone
- +44 3001657467
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS35 8JH
- 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
- TLM Scotland
-
- 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-043d05-2024-02-27T09:29:01Z",
"date": "2024-02-27T09:29:01Z",
"ocid": "ocds-h6vhtk-043d05",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-043d05",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Nato Submarine Rescue System Third In-Service Support Period Contract Amendment for the relocation of the NSRS assets.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "75221000",
"description": "Military defence services"
},
"mainProcurementCategory": "services",
"description": "JFD Ltd acting as agent for the UK Ministry of Defence is requested to secure a lease for the relocation of the NSRS assets to a suitable commercial building.",
"lots": [
{
"id": "1",
"description": "The In-Service Submarines Team, part of the UK Ministry of Defence, intends to award an amendment to the contract with JFD Ltd for the provision of the Nato Submarine Rescue Service (NSRS) to increase its scope to include: 1. Securing a lease on a suitable commercial premises for housing the full Nato Submarine Rescue System (NSRS); 2. Relocating the NSRS assets to the alternative commercial building and; 3. Modifying the alternative commercial building so it is fit for purpose in accordance with the system User Requirements Document. The duration of this requirement is 4 years with the option of a further 2 + 2 years. The estimated total contract value is not to exceed PS10m. 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 (as required by the relevant legislation) is lawful in accordance with Regulation 16(1)(d)(i)(aa) of the DSPCR 2011. Unforeseen circumstances at the Base Location have required structural surveys to be undertaken which have identified issues within the building fabric. This has resulted in limited access to personnel, affecting the Contractor's ability to fulfil their contractual requirements to maintain Rescue System readiness. It is determined that the additional services can only be supplied by JFD Ltd because they cannot be technically or economically separated from the original contract without major inconvenience to the procurer. Technically, the additional services cannot be provided by another supplier because it would cause an intolerable risk to the provision of the core contract services. Scheduling and maintenance requirements need to be factored in to ensure no loss of critical submarine rescue capability during relocation, and the configuration of the equipment at the new location must be optimised to ensure training, maintenance and mobilisation can take place. Mobilisation of the assets already forms a key element of the contract and so JFD Ltd have subcontractor framework agreements in place which will maximise efficiency and minimise cost. The value of this amendment does not exceed 50% of the original contract value (Regulation 16(5)).",
"hasOptions": true,
"options": {
"description": "The duration of this requirement is 4 years with the option of a further 2 + 2 years. The estimated total contract value is not to exceed PS10m."
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"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": "It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with Regulation 16(1)(d)(i)(aa) of the DSPCR 2011. It is believed that the additional services can only be supplied by JFD Ltd because they cannot be technically or economically separated from the original contract without major inconvenience to the procurer. Technically, the additional services cannot be provided by another supplier because it would cause an intolerable risk to the provision of the core contract services. Scheduling and maintenance requirements need to be factored in to ensure no loss of critical submarine rescue capability during relocation, and the configuration of the equipment at the new location must be optimised to ensure training, maintenance and mobilisation can take place. Mobilisation of the assets already forms a key element of the contract and so JFD Ltd have subcontractor framework agreements in place which will maximise efficiency and minimise cost."
},
"awards": [
{
"id": "006198-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-SC123684",
"name": "JFD Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-106144",
"name": "MINISTRY OF DEFENCE",
"identifier": {
"legalName": "MINISTRY OF DEFENCE",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "SUBMARINE DELIVERY AGENCY, ABBEY WOOD",
"locality": "BRISTOL",
"region": "UKK1",
"postalCode": "BS35 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Samantha Gillett",
"telephone": "+44 3001657467",
"email": "samantha.gillett133@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.mod.gov.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-COH-SC123684",
"name": "JFD Ltd",
"identifier": {
"legalName": "JFD Ltd",
"id": "SC123684",
"scheme": "GB-COH"
},
"address": {
"locality": "Aberdeen",
"region": "UKM",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-106145",
"name": "SDA Commercial",
"identifier": {
"legalName": "SDA Commercial"
},
"address": {
"locality": "Bristol",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-106144",
"name": "MINISTRY OF DEFENCE"
},
"contracts": [
{
"id": "006198-2024-1",
"awardID": "006198-2024-1",
"status": "active",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"dateSigned": "2024-02-22T00:00:00Z"
}
],
"language": "en"
}