{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-031ef2-2022-03-07T22:45:12Z",
    "date": "2022-03-07T22:45:12Z",
    "ocid": "ocds-h6vhtk-031ef2",
    "initiationType": "tender",
    "tender": {
        "id": "702356456",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Hawk Future Engines Support Solution",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50211210",
            "description": "Repair and maintenance services of aircraft engines"
        },
        "mainProcurementCategory": "services",
        "description": "Maintenance and repair of Hawk TMk 1 and TMk 2 engines from 2022-2033.",
        "lots": [
            {
                "id": "1",
                "description": "Maintenance and repair of Hawk TMk 1 and TMk 2 engines from 2022-2033.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Lowest price"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75220000",
                        "description": "Defence services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated without publication of a contract notice",
        "coveredBy": [
            "GPA"
        ],
        "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": "The Ministry of Defence intends to award a contract to Rolls-Royce PLC for the support of Hawk T Mk 1 and T Mk 2 engines from 2022 - 2033, known as the Hawk Future Engine Support Solution (HFESS). The HFESS contract will be for 11 years and have a value of PS157M. In accordance with regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this contract 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 this contract can be awarded without prior publication of a contract notice in the UK e-notification service in accordance with regulation 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for technical reasons. This is because Rolls Royce are both the 'Design Organisation' (DO) & the 'Original Equipment Manufacturer (OEM)' for the Hawk T1 & T2 aircraft Adour engines and as such are the only supplier with the technical expertise and access to technical information required to perform the service in accordance with the MOD's Air Safety and airworthiness requirements. If any other organisation was tasked to fulfil the requirement, it would require proprietary technical information from the DO to be able to perform the service and the output of the third party would have to be underwritten by the DO. This would result in an unacceptable safety risk to MOD."
    },
    "awards": [
        {
            "id": "006233-2022-702356456-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-46268",
                    "name": "Rolls-Royce PLC"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-5483",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Steven.Thomas222@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.mod.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-FTS-46268",
            "name": "Rolls-Royce PLC",
            "identifier": {
                "legalName": "Rolls-Royce PLC"
            },
            "address": {
                "streetAddress": "Kings Place, 90 York Way",
                "locality": "London",
                "region": "UK",
                "postalCode": "N1 9FX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-9307",
            "name": "Defence Equipment and Support",
            "identifier": {
                "legalName": "Defence Equipment and Support"
            },
            "address": {
                "locality": "Bristol",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-5483",
        "name": "Ministry of Defence"
    },
    "contracts": [
        {
            "id": "006233-2022-702356456-1",
            "awardID": "006233-2022-702356456-1",
            "status": "active",
            "value": {
                "amount": 120000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-07T00:00:00Z"
        }
    ],
    "language": "en"
}