
Market Leads & Opportunities
UK-BRISTOL: Global navigation and positioning systems (GPS or equivalent).
Type of document: Contract Notice
Country: United Kingdom
UK-BRISTOL: Global navigation and positioning systems (GPS or equivalent).
Preliminary Questions
This notice is published by:
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1) Name and addresses
Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team
Defence Equipment & Support, Maritime Combat Systems, Birch 2b #3133, BRISTOL, BS34 8JH, United Kingdom
Tel. +44 1179188938, Email: DESSHIPSComrcl-MCS-3c1@mod.uk
Contact: Ian Hill
Main Address: www.mod.uk
NUTS Code: UKK1
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: In-Service Support of the Type 45 Destroyer Integrated Navigation Bridge System.
Reference number: Not Provided
II.1.2) Main CPV code:
38112100 – Global navigation and positioning systems (GPS or equivalent).
II.1.3) Type of contract: SUPPLIES
II.1.4) Short Description: In-Service Support of the Type 45 Destroyer Integrated Navigation Bridge System
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 20,000,000
Currency: GBP
II.2) Description
II.2.2) Additional CPV codes:
38112100 – Global navigation and positioning systems (GPS or equivalent).
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of the procurement:
Not provided
II.2.5) Award criteria
(Directive 2009/81/EC)
The most economically advantageous tender in terms of: Criterion – Weighting
Criterion: Technical & Commercial compliance as detailed in the ITN / Weighting: 10
II.2.11) Information about options:
Options: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information:
Not provided
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Negotiated procedure without publication of a contract notice (in accordance with Article 28 of Directive 2009/81/EC)
IV.1.3) Information about framework agreement
The procurement involves the establishment of a framework agreement: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2)Administrative Information
IV.2.1) Previous publication concerning this procedure:
Notice number in OJ S: Not provided
Section V: Award Of Contract/Concession
Award of Contract/Concession No: 1
Contract No: CSA/3057 Lot Number: Not Provided Title: Not Provided
V.2) Award of contract/concession
V.2.1) Date of contract award decision: 21/07/2016.
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No .
V.2.3) Name and address of the contractor/concessionaire, No. 1:
Raytheon Systems Limited
The Pinnacles, Elizabeth Way, HARLOW, CM19 5BB, United Kingdom
Tel. +44 1279426862, Email: rolston.providence@raytheon.co.uk
NUTS Code: UKH3
The contractor/concessionaire will be an SME: No
V.2.4) Information on value of the contract/lot/concession:
Initial estimated total value of the contract: 20,000,000
Total value of the contract/lot/concession 20,000,000
Currency: GBP
V.2.5) Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.3) 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 April 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
VI.4) Procedures for review
VI.4.1) Review Body
Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team
Birch 2b #3133, MOD Abbey Wood, BRISTOL, BS34 8JH, United Kingdom
Tel. +44 1179188938, Email: DESSHIPSComrcl-MCS-3c1@mod.uk
Internet address: www.mod.uk
V1.4.2) Body responsible for mediation procedures:
Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team
Birch 2b #3133, MOD Abbey Wood, BRISTOL, BS34 8JH, United Kingdom
Tel. +44 177988938, Email: DESSHIPSComrcl-MCS-3@mod.uk
Internet address: www.mod.uk.
VI.4.3) Review procedure
Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Ministry of Defence, Ships, Maritime Combat Systems (MCS) Team
Birch 2b #3133, MOD Abbey Wood, BRISTOL, BS34 8JH, United Kingdom
Tel. +44 1779138146, Email: DESSHIPSComrcl-MCS-3@mod.uk
Internet address: www.mod.uk
VI.5) Date of dispatch of this notice: 26/07/2016
Annex D3 – Defence and Security
Justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union
Directive 2009/81/EC
1. Justification for the choice of the negotiated procedure without publication of a call for competition in accordance with Article 28 of Directive 2009/81/EC
No tenders or no suitable tenders/requests to participate in response to: Not Provided
The contract concerns research and development services other than those referred to in Article 13 of Directive 2009/81/EC: No
The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive: No
All tenders submitted in reply to a restricted procedure, negotiated procedure with prior publication of a contract notice or competitive dialogue were irregular or unacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria: No
The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons
The periods for the restricted procedure and the negotiated procedure with prior publication of a contract notice are incompatible with the urgency resulting from a crisis: No
Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: No
Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No
New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive: No
Procurement of supplies quoted and purchased on a commodity market: No
Purchase of supplies or services on particularly advantageous terms: Not Provided
3. Explanation
Please explain in a clear and comprehensive manner why the award of the contract without prior publication in the Official Journal of the European Union is
lawful, by stating the relevant facts and, as appropriate, the conclusions of law in accordance with the directive: (500 words maximum)
1. United Kingdom Ministry of Defence (the “Authority”) intends to place a contract with Raytheon Systems Limited (company number 00406809) (the “Company”) for In-Service Support of the Integrated Navigation Bridge System (INBS) equipment fitted to the Type 45 Destroyer (T45).
2. The term of the contract is for three years, for the period Q4 2017 to Q4 2020 with two sequential one year option periods. The estimated value of this contract over 5 years is £20,000,000 (Twenty Million Pounds Sterling).
3. The contract will cover spares, repairs, post design services, modifications, obsolescence management and resolution of the following parts of the Type 45 INBS:
• Radar Equipment
• Navigation Sensors
• Data Distribution
• Bridge Equipment
• Repeaters
4. The Authority considers that this contract can be placed using the Negotiated Procedure Without Prior Publication pursuant to Article 28(1)(e) of Directive 2009/81/EC and Regulation Reg 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for technical reasons.
This is because:
a. The T45 INBS is a Safety Critical integrated system which receives and provides key navigation data with other Mission Systems, such as the Combat Management System, and its safe operation is required to enable the T45 Destroyer to undertake its required operations safely and comply with Legislative requirements. Raytheon are the only supplier capable of meeting the T45 INBS requirement as they hold the background IPR on the Processing, HCI and data distribution functionality, technical knowhow of the system and the only supplier with the appropriate level of system knowledge and SQEP availability.
b. With a Technical Refresh of INBS being required in the very near future it would present an unacceptably high technical risk to transfer In- Service Support to a third party supplier.
c. The ‘heart’ of the T45 INBS is proprietary to Raytheon, they hold the background IPR on the processing, HCI and data distribution functionality. The MOD will need to update this technology to sustain the mission critical capability of navigation. In order to manage the technical risk we will develop a non-invasive obsolescence management programme and progressively refresh the system. Raytheon have the IPR rights which mean only they can do this work.
5. This VEAT Notice is not a request for Expressions of Interest (EoI) so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis, and is published for reasons of transparency. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to the supplier named above.
More Opportunties
- United Kingdom-London: Direct award of a Lease for Class 444/450 rolling stock
14 May 25
Intention to directly award a contract of between 3 to 5 years in duration (which remains subject to settlement of commercial terms) for the leasing of 45 x 5 car units of Class 444 rolling stock and 127 x 4 car units of Class 450 rolling stock and rela> > - United Kingdom-Eastleigh: Netley Gym Refurbishment
14 May 25
The supply and fitting of gym matting. - Heavy duty control & restraint mats on the floor that cover 315sqm. - Fully padded walls of the gymnasium - 71m of wall.> > - United Kingdom-London: Direct award of a Technical Support and Spares Supply Agreement for Class 701 rolling stock
14 May 25
Direct award of a 5 year contract (Technical Support and Spares Supply Agreement) for the provision of training, technical support and supply of spares in relation to the contracting authority's 60 x 10 car units and 30 x 5 car units of Class 701 rolling> >