Notice Information
Notice Title
Manufacture and Procurement of Material and Support Equipment for Submarine Maintenance Projects
Notice Description
The Submarine Delivery Agency, part of the United Kingdom Ministry of Defence (the "Authority",) intends to amend its existing Future Maritime Support Programme Lot 3 Contract (contract reference FMSP/006) with Devonport Royal Dockyard Limited (the "Company") to include a new requirement for the management of the procurement of high risk, long lead, manufactured material and support equipment to be used for maintenance and repair to meet the Design Authority's Requirement (DAR) on the occasion of an Astute-Class (A-Class) Ship Submersible Nuclear (SSN) Deep Maintenance Project (DMP). The estimated value of the intended contract amendment is PS100,000,000 (inc. of VAT.)
Lot Information
Lot 1
The intended contract amendment will be for: i. UK Supply Chain procurement and management of the delivery of the complete list of: a. manufactured material which includes but is not limited to specialist submarine components such as valves, pipes, gaskets and pumps; and b. shore based, portable, specialised support equipment items which includes but is not limited to Jigs, gauges, special tools and hardware,. for use to refit, repair, carry out maintenance and setting to work of Royal Navy vessels or their systems. ii. Sub-contractor surveillance and performance management regarding the complete scope of the long lead manufactured items and support equipment supply and support to wider Submarine Enterprise supply chain performance management initiatives. iii. Performance management to ensure the availability of long lead manufactured items and PSSE to the correct standard(s) and compliant for use on Devonport Royal Dockyard Limited's Nuclear Licence Site for HMNB Devonport. iv. Receipt and storage and inventory management of long lead manufactured items and support equipment scope in line with the requirements for an A-Class DMP, including delivery to the Company's Nuclear Licensed site. v. Security management associated with the complete scope of long lead manufactured items and support equipment in accordance with the Naval Platforms Security Grading Guide.
Procurement Information
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 amendment 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)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for technical reasons. This is because the Company is the only supplier with the following knowledge, experience, expertise, capability and attributes necessary to meet the Authority's requirements: i. The Company is the only one to have undertaken multiple A-Class Base Maintenance Periods (BMP) and Vanguard Class Ship Submersible Ballistic Nuclear (SSBN) DMPs. As a result, the Company has acquired a detailed technical knowledge of those components that require extraordinary management. ii. The Company is the In-Service Support (ISS), BMP and DMP provider for A-Class maintenance, consequently they hold and have sole access to their detailed technical knowledge specific to each platform of the A-Class. This includes the precise technical specification of long lead manufactured items and support equipment required for the delivery of a A-Class DMP. iii. The Company is the only supplier within the UK's Submarine Enterprise with the knowledge and expertise of the UK Submarine industrial base and its Supply Chain able to effectively plan, deconflict and manage the Authority's ISS and DMP priorities and subsequently receive delivery into onsite storage, provide the tailored security and bespoke upkeep of the items until installation. iv. The Company owns the nuclear licensed site and facilities used in the delivery of A-Class DMP, that will benefit the storage and inventory management of the long lead manufactured items and support equipment scope ensuring compliance with the Authority's security and maintenance policy requirements.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-046f9f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018273-2024
- 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
35800000 - Individual and support equipment
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £125,000,000 £100M-£1B
Notice Dates
- Publication Date
- 13 Jun 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 12 Jun 20241 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
- Christopher Hardy
- Contact Email
- christopher.hardy113@mod.gov.uk
- Contact Phone
- +44 3001627898
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
- TLK4 Devon
-
- 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-046f9f-2024-06-13T09:58:01+01:00",
"date": "2024-06-13T09:58:01+01:00",
"ocid": "ocds-h6vhtk-046f9f",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-046f9f",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Manufacture and Procurement of Material and Support Equipment for Submarine Maintenance Projects",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "35800000",
"description": "Individual and support equipment"
},
"mainProcurementCategory": "goods",
"description": "The Submarine Delivery Agency, part of the United Kingdom Ministry of Defence (the \"Authority\",) intends to amend its existing Future Maritime Support Programme Lot 3 Contract (contract reference FMSP/006) with Devonport Royal Dockyard Limited (the \"Company\") to include a new requirement for the management of the procurement of high risk, long lead, manufactured material and support equipment to be used for maintenance and repair to meet the Design Authority's Requirement (DAR) on the occasion of an Astute-Class (A-Class) Ship Submersible Nuclear (SSN) Deep Maintenance Project (DMP). The estimated value of the intended contract amendment is PS100,000,000 (inc. of VAT.)",
"lots": [
{
"id": "1",
"description": "The intended contract amendment will be for: i. UK Supply Chain procurement and management of the delivery of the complete list of: a. manufactured material which includes but is not limited to specialist submarine components such as valves, pipes, gaskets and pumps; and b. shore based, portable, specialised support equipment items which includes but is not limited to Jigs, gauges, special tools and hardware,. for use to refit, repair, carry out maintenance and setting to work of Royal Navy vessels or their systems. ii. Sub-contractor surveillance and performance management regarding the complete scope of the long lead manufactured items and support equipment supply and support to wider Submarine Enterprise supply chain performance management initiatives. iii. Performance management to ensure the availability of long lead manufactured items and PSSE to the correct standard(s) and compliant for use on Devonport Royal Dockyard Limited's Nuclear Licence Site for HMNB Devonport. iv. Receipt and storage and inventory management of long lead manufactured items and support equipment scope in line with the requirements for an A-Class DMP, including delivery to the Company's Nuclear Licensed site. v. Security management associated with the complete scope of long lead manufactured items and support equipment in accordance with the Naval Platforms Security Grading Guide.",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKK4"
}
],
"deliveryLocation": {
"description": "HMNB Devonport"
},
"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": "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 amendment 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)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for technical reasons. This is because the Company is the only supplier with the following knowledge, experience, expertise, capability and attributes necessary to meet the Authority's requirements: i. The Company is the only one to have undertaken multiple A-Class Base Maintenance Periods (BMP) and Vanguard Class Ship Submersible Ballistic Nuclear (SSBN) DMPs. As a result, the Company has acquired a detailed technical knowledge of those components that require extraordinary management. ii. The Company is the In-Service Support (ISS), BMP and DMP provider for A-Class maintenance, consequently they hold and have sole access to their detailed technical knowledge specific to each platform of the A-Class. This includes the precise technical specification of long lead manufactured items and support equipment required for the delivery of a A-Class DMP. iii. The Company is the only supplier within the UK's Submarine Enterprise with the knowledge and expertise of the UK Submarine industrial base and its Supply Chain able to effectively plan, deconflict and manage the Authority's ISS and DMP priorities and subsequently receive delivery into onsite storage, provide the tailored security and bespoke upkeep of the items until installation. iv. The Company owns the nuclear licensed site and facilities used in the delivery of A-Class DMP, that will benefit the storage and inventory management of the long lead manufactured items and support equipment scope ensuring compliance with the Authority's security and maintenance policy requirements."
},
"awards": [
{
"id": "018273-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-02077752",
"name": "Devonport Royal Dockyard Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-116057",
"name": "MINISTRY OF DEFENCE",
"identifier": {
"legalName": "MINISTRY OF DEFENCE",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Abbeywood",
"locality": "Bristol",
"region": "UKK1",
"postalCode": "BS35 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Christopher Hardy",
"telephone": "+44 3001627898",
"email": "christopher.hardy113@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-02077752",
"name": "Devonport Royal Dockyard Limited",
"identifier": {
"legalName": "Devonport Royal Dockyard Limited",
"id": "02077752",
"scheme": "GB-COH"
},
"address": {
"locality": "Plymouth",
"region": "UKK1",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-116058",
"name": "Submarine Delivery Agency",
"identifier": {
"legalName": "Submarine Delivery Agency"
},
"address": {
"locality": "Bristol",
"postalCode": "BS35 8JH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-116057",
"name": "MINISTRY OF DEFENCE"
},
"contracts": [
{
"id": "018273-2024-1",
"awardID": "018273-2024-1",
"status": "active",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"dateSigned": "2024-06-13T00:00:00+01:00"
}
],
"language": "en"
}