Notice Information
Notice Title
7000000
Notice Description
7000000
Lot Information
Lot 1
VTN for the placement of the EOS & GPC Equipment In-Service Support Contract The United Kingdom Ministry of Defence (the "Authority") intends to place a contract with Ultra Maritime UK (the "Company") for the In-Service Support, including maintenance, repair and replacement component spares for the EOS & GPC Equipment fitted to the QEC platforms. The term of the contract is envisaged to be three years (with an option for the Authority to extend the contract for up to an additional three years). The anticipated value of the contract will be circa PS7 million (Seven Million Pounds Sterling). Equipment items included in the scope of the proposed contract are: a. Electro-Optical Director I(EOD) b. EOS equipment cabinets c. Glide Path Camera (GPC) 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 (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 (in accordance with 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: a. EOS & GPC equipment performs the essential function of managing the known risk of an aircraft crashing whilst attempting to land on board a ship at sea. As such, the Authority requires absolute confidence that repairs and maintenance are carried out in accordance with design specifications, ensuring the equipment is fit for purpose and enabling the Armed Forces to function safely. The safety mitigation that this equipment provides is a key tenet of the Certificate of Safety (Aviation) issued to each aviation-capable platform. b. In respect of EOS & GPC equipment, there is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products concerned and the characteristics of the system(s) being maintained. c. The Company has developed in-house Special To Type Test equipment that is required to maintain, repair, fit and Set to Work the EOS & GPC equipment. d. In respect of the EOS & GPC equipment, the Company is the Original Equipment Manufacturer (OEM) for these systems. This range of equipment is designed to mitigate safety risks associated with landing aircraft on ships at sea. The Company is responsible for the overall system integrity and safe installation and operability, ensuring form fit for function is maintained and certifying that this safety-critical equipment remains fit for purpose, at both component and system level. e. EOS is a combined set of common equipment that must operate effectively and reliably as a complete system capability. The Company is the only supplier able to perform the services due to its extensive technical knowhow. f. In respect of the EOS & GPC equipment, the Company is the OEM and holds all IPR rights as these equipment items were designed as a sole venture. There is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products and the characteristics of the system(s) being maintained.
Procurement Information
VTN for the placement of the EOS & GPC Equipment In-Service Support Contract The United Kingdom Ministry of Defence (the "Authority") intends to place a contract with Ultra Maritime UK (the "Company") for the In-Service Support, including maintenance, repair and replacement component spares for the EOS & GPC Equipment fitted to the QEC platforms. The term of the contract is envisaged to be three years (with an option for the Authority to extend the contract for up to an additional three years). The anticipated value of the contract will be circa PS7 million (Seven Million Pounds Sterling). Equipment items included in the scope of the proposed contract are: a. Electro-Optical Director I(EOD) b. EOS equipment cabinets c. Glide Path Camera (GPC) 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 (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 (in accordance with 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: a. EOS & GPC equipment performs the essential function of managing the known risk of an aircraft crashing whilst attempting to land on board a ship at sea. As such, the Authority requires absolute confidence that repairs and maintenance are carried out in accordance with design specifications, ensuring the equipment is fit for purpose and enabling the Armed Forces to function safely. The safety mitigation that this equipment provides is a key tenet of the Certificate of Safety (Aviation) issued to each aviation-capable platform. b. In respect of EOS & GPC equipment, there is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products concerned and the characteristics of the system(s) being maintained. c. The Company has developed in-house Special To Type Test equipment that is required to maintain, repair, fit and Set to Work the EOS & GPC equipment. d. In respect of the EOS & GPC equipment, the Company is the Original Equipment Manufacturer (OEM) for these systems. This range of equipment is designed to mitigate safety risks associated with landing aircraft on ships at sea. The Company is responsible for the overall system integrity and safe installation and operability, ensuring form fit for function is maintained and certifying that this safety-critical equipment remains fit for purpose, at both component and system level. e. EOS is a combined set of common equipment that must operate effectively and reliably as a complete system capability. The Company is the only supplier able to perform the services due to its extensive technical knowhow. f. In respect of the EOS & GPC equipment, the Company is the OEM and holds all IPR rights as these equipment items were designed as a sole venture. There is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products and the characteristics of the system(s) being maintained.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04a577
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031723-2024
- 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
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Oct 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 2 Oct 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
- Not specified
- Contact Email
- thomas.redmore100@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRISTOL
- Postcode
- N/A
- 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
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
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-04a577-2024-10-03T14:08:13+01:00",
"date": "2024-10-03T14:08:13+01:00",
"ocid": "ocds-h6vhtk-04a577",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04a577",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "7000000",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "7000000",
"lots": [
{
"id": "1",
"description": "VTN for the placement of the EOS & GPC Equipment In-Service Support Contract The United Kingdom Ministry of Defence (the \"Authority\") intends to place a contract with Ultra Maritime UK (the \"Company\") for the In-Service Support, including maintenance, repair and replacement component spares for the EOS & GPC Equipment fitted to the QEC platforms. The term of the contract is envisaged to be three years (with an option for the Authority to extend the contract for up to an additional three years). The anticipated value of the contract will be circa PS7 million (Seven Million Pounds Sterling). Equipment items included in the scope of the proposed contract are: a. Electro-Optical Director I(EOD) b. EOS equipment cabinets c. Glide Path Camera (GPC) 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 (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 (in accordance with 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: a. EOS & GPC equipment performs the essential function of managing the known risk of an aircraft crashing whilst attempting to land on board a ship at sea. As such, the Authority requires absolute confidence that repairs and maintenance are carried out in accordance with design specifications, ensuring the equipment is fit for purpose and enabling the Armed Forces to function safely. The safety mitigation that this equipment provides is a key tenet of the Certificate of Safety (Aviation) issued to each aviation-capable platform. b. In respect of EOS & GPC equipment, there is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products concerned and the characteristics of the system(s) being maintained. c. The Company has developed in-house Special To Type Test equipment that is required to maintain, repair, fit and Set to Work the EOS & GPC equipment. d. In respect of the EOS & GPC equipment, the Company is the Original Equipment Manufacturer (OEM) for these systems. This range of equipment is designed to mitigate safety risks associated with landing aircraft on ships at sea. The Company is responsible for the overall system integrity and safe installation and operability, ensuring form fit for function is maintained and certifying that this safety-critical equipment remains fit for purpose, at both component and system level. e. EOS is a combined set of common equipment that must operate effectively and reliably as a complete system capability. The Company is the only supplier able to perform the services due to its extensive technical knowhow. f. In respect of the EOS & GPC equipment, the Company is the OEM and holds all IPR rights as these equipment items were designed as a sole venture. There is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products and the characteristics of the system(s) being maintained.",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_PROC_NEGOTIATED_PRIOR_CALL_COMPETITION",
"description": "No tenders or no suitable tenders/requests to participate in response to negotiated procedure with prior publication of a contract notice"
},
{
"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"
}
],
"procurementMethodRationale": "VTN for the placement of the EOS & GPC Equipment In-Service Support Contract The United Kingdom Ministry of Defence (the \"Authority\") intends to place a contract with Ultra Maritime UK (the \"Company\") for the In-Service Support, including maintenance, repair and replacement component spares for the EOS & GPC Equipment fitted to the QEC platforms. The term of the contract is envisaged to be three years (with an option for the Authority to extend the contract for up to an additional three years). The anticipated value of the contract will be circa PS7 million (Seven Million Pounds Sterling). Equipment items included in the scope of the proposed contract are: a. Electro-Optical Director I(EOD) b. EOS equipment cabinets c. Glide Path Camera (GPC) 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 (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 (in accordance with 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: a. EOS & GPC equipment performs the essential function of managing the known risk of an aircraft crashing whilst attempting to land on board a ship at sea. As such, the Authority requires absolute confidence that repairs and maintenance are carried out in accordance with design specifications, ensuring the equipment is fit for purpose and enabling the Armed Forces to function safely. The safety mitigation that this equipment provides is a key tenet of the Certificate of Safety (Aviation) issued to each aviation-capable platform. b. In respect of EOS & GPC equipment, there is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products concerned and the characteristics of the system(s) being maintained. c. The Company has developed in-house Special To Type Test equipment that is required to maintain, repair, fit and Set to Work the EOS & GPC equipment. d. In respect of the EOS & GPC equipment, the Company is the Original Equipment Manufacturer (OEM) for these systems. This range of equipment is designed to mitigate safety risks associated with landing aircraft on ships at sea. The Company is responsible for the overall system integrity and safe installation and operability, ensuring form fit for function is maintained and certifying that this safety-critical equipment remains fit for purpose, at both component and system level. e. EOS is a combined set of common equipment that must operate effectively and reliably as a complete system capability. The Company is the only supplier able to perform the services due to its extensive technical knowhow. f. In respect of the EOS & GPC equipment, the Company is the OEM and holds all IPR rights as these equipment items were designed as a sole venture. There is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products and the characteristics of the system(s) being maintained."
},
"awards": [
{
"id": "031723-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-125830",
"name": "EOS GPC VTN"
}
]
}
],
"parties": [
{
"id": "GB-FTS-5483",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Bristol",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "thomas.redmore100@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-125830",
"name": "EOS GPC VTN",
"identifier": {
"legalName": "EOS GPC VTN"
},
"address": {
"locality": "Bristol",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-125831",
"name": "EOS GPC",
"identifier": {
"legalName": "EOS GPC"
},
"address": {
"locality": "Bristol",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-5483",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "031723-2024-1",
"awardID": "031723-2024-1",
"status": "active",
"dateSigned": "2024-10-03T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "3",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 7000000,
"currency": "GBP"
},
{
"id": "4",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 7000000,
"currency": "GBP"
},
{
"id": "1",
"measure": "lowestValidBidValue",
"value": 7000000,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"value": 7000000,
"currency": "GBP"
}
]
},
"language": "en"
}