web-banner-marketing2

Market Leads & Opportunities

UK-Bristol: Safety installations.

Type of document: Contract Notice
Country: United Kingdom

UK-Bristol: Safety installations.

Preliminary Questions
This notice is published by:
Directive 2009/81/EC

Section I: Contracting authority/entity

I.1) Name and addresses
Ministry of Defence, Land Equipment Armoured Vehicles Programmes – In-Service Platforms Programme
MOD Abbeywood, Spruce 0a, #1122, Bristol, BS348JH, United Kingdom
Tel. +44 3067987844, Email: DESLEAVP-ISP-Comrcl-Offr3b1@mod.uk
Contact: Adam Hodson
Main Address:
NUTS Code: UKK11

Section II: Object

II.1) Scope of the procurement

II.1.1) Title: Supply of 84 Vehicle Emergency Lighting Systems (VELS) and Initial Spares Provisions for the Viking Vehicle Fleet.
Reference number: AVPISP/00127

II.1.2) Main CPV code:
35113300 – Safety installations.

II.1.3) Type of contract: SUPPLIES

II.1.4) Short Description: A contract for the supply of (x)84 Vehicle Emergency Lighting Systems (VELS) and an initial spares provisions pack for the Land Equipment’s Viking Fleet.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Lowest Offer: 200,000 / Highest Offer: 350,000 taken into consideration
Currency: GBP

II.2) Description

II.2.2) Additional CPV codes:
Not provided

II.2.3) Place of performance:
UKK15 Wiltshire CC

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

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: Not Provided Lot Number: Not Provided Title: Not Provided

V.2) Award of contract/concession

V.2.1) Date of contract award decision: 25/05/2016.

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:
AeroGlow Int Ltd
Unit 8 Paxton Business Centre, Whittle Road, Salisbury, Wiltshire, SP2 7YR, United Kingdom
NUTS Code: UKK15
The contractor/concessionaire will be an SME: Yes

V.2.4) Information on value of the contract/lot/concession:
Initial estimated total value of the contract: Not Provided
Lowest Offer: 200,000 / Highest Offer: 350,000 taken into consideration
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, Land Equipment, Armoured Vehicles Programmes – In-Service Platforms Programme
MOD Abbeywood, Spruce 0a, #1122, Bristol, BS34 8JH, United Kingdom
Tel. +44 3067987844, Email: DESLEAVP-ISP-Comrcl-Offr3b1@mod.uk

V1.4.2) Body responsible for mediation procedures:
Not Provided .

VI.4.3) Review procedure
Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 01/06/2016

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:

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)
Reason for Award: The Armoured Vehicles Programmes – In Service Platforms Team, part of the UK Ministry of Defence (MoD), intends to place a contract with AeroGlow Int Limited to purchase 84 Vehicle Emergency Lighting Systems (VELS – also known as the Hatch Lighting and Orientation (HaLO) escape lighting system) and an initial spares pack for the Viking vehicle fleet. It is 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 UK Defence and Security Public Contracts Regulations 2011).

Justification for Non-Competitive Decision: This is for technical reasons and reasons connected with with the protection of exclusive rights. VELS is an essential safety modification in use by other British Army Armoured and Protected Mobility Fleets. AeroGlow Int Limited is the holder of a patent for the VELS. No licences have been granted to any party, including the MoD, to obtain this intellectual property necessary to carry out the design or manufacture of this System. In addition, adopting a System with the same capability and configuration as the VELS fitted to other Armoured and Protected Mobility vehicles is a critical safety requirement. An alternative system with different characteristics would be incompatible with the existing emergency egress training (documented and procedures), equipment and maintenance procedures which will lead to substantial and disproportionate difficulties in maintaining the safe and effective operation of the British Army Armoured and Protected Mobility Fleets.