web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Bristol: Distribution system

Type of document: Voluntary ex ante transparency notice
Country: United Kingdom
OJEU Ref: (15/S 225-409555/EN)
Nature of contract: Supply contract
Procedure: Negotiated without a call for competition
Regulation of procurement: EU
Type of bid required: Not applicable

Voluntary ex ante transparency notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Ships, Queen Elizabeth Class
Ship Acquisition, Ash 0c #3016, MOD Abbey Wood South
Bristol
Postal code: BS34 8JH
United Kingdom
Email: desshipscomrcl-acq-qec@mod.uk
I.2) Type of the contracting authority:
I.3) Main activity:
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object of the contract
II.1) Description:
II.1.1) Title attributed to the contract:
Supply of QEC Class Carriers Low Voltage Electrical Distribution Equipment for Shore Based Training.
II.1.2) Type of contract and location of works, place of delivery or of performance:
SUPPLIES
NUTS code: UKK1
II.1.3) Information about a framework agreement or a dynamic purchasing system (DPS):
II.1.4) Short description of the contract or purchase(s):
Distribution system. Supply of QEC Class Carriers Low Voltage Electrical Distribution Equipment for Shore Based Training.
II.1.5) Common procurement vocabulary (CPV):
31213400,
II.1.6) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.2) Total final value of contract(s)
II.2.1) Total final value of contract(s)
700 000 GBP

Section IV: Procedure
IV.1) Type of procedure:
Negotiated without publication of a contract notice/call for competition.
Justification for the choice of the negotiated procedure without prior publication of a contract notice in the OJEU in accordance with Directive 2004/18/EC
The works/goods/services can be provided only by a particular tenderer for reasons that are: technical,
Ship Acquisition, which is part of the UK Ministry of Defence (MOD), proposes to place a contract with Rolls-Royce Marine Electrical Systems Limited (Company Registration 2766255) (‘the Company’) for the provision of a Low Voltage Electrical Distribution System, to be used for training for the Queen Elizabeth (QE) Class Aircraft Carriers (the ‘Contract’).
The Contract covers the supply of equipment for a shore-based training facility to replicate the on-board Low Voltage Electrical Distribution System (‘the On-board System’) comprising of low-voltage switchboard and circuit breakers, electrical distribution centre, group starter board, electrical section board, electrical distribution panel, and test equipment (‘the Replica Training System’) with an estimated value of 700 000 GBP (seven hundred thousand pounds) and a duration of 1 year.
It is considered that this contract can be placed using the negotiated procedure without prior publication of a contract notice pursuant to Article 28(3)(a) of Directive 2009/81/EC (Regulation 16(1)(b)(i) of the Defence and Security Public Contracts Regulations 2011) and Article 28(1)(e) of Directive 2009/81/EC (Regulation 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011). This is because to procure the Replica Training System from a manufacturer other than the Company would oblige the MOD to acquire goods having different technical characteristics, which would result in incompatibility between the On-board System and the Replica Training System so acquired negating the purpose of the Contract and creating disproportionate technical difficulties in operating and maintaining both Systems.
It is also considered that this contract can be placed using the negotiated procedure without prior publication of a contract notice pursuant to Article 28(1)(e) of Directive 2009/81/EC (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 economic operator with the necessary technical know how, proprietary processes, and equipment-specific tooling and test equipment, to supply the Replica Training System and to ensure the functionality and compatibility of both Systems.
IV.2) Award criteria
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
SHIPACQ104
IV.3.2) Previous publication(s) concerning the same contract:
Section V: Award of contract
Contract No: SHIPACQ104

V.1) Date of contract award decision:
17.11.2015
V.2) Information about offers:
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
L3 Marine Systems UK
920 Hempton Court, Park Avenue, Aztec West Business Park
Bristol
Postal code: BS32 4SR
United Kingdom
Email: jacqui.date@l-3com.com

Section VI: Complementary information
VI.1) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds:VI.2) Additional information:
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.

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.
Advertising Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk
GO Reference: GO-20151118-DCB-7339697.
VI.3) Procedures for appeal
VI.3.1) Body responsible for appeal procedures:
Ministry of Defence, Ships, Queen Elizabeth Class
Bristol
Body responsible for mediation procedures:
Ministry of Defence, Ships, Queen Elizabeth Class
VI.3.3) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, Ships, Queen Elizabeth Class
VI.4) Date of dispatch of this notice:
18.11.2015