Contract

Combat Systems Highway

  • Ministry of Defence

F18: Contract award notice for contracts in the field of defence and security

Notice identifier: 2023/S 000-000996

Procurement identifier (OCID): ocds-h6vhtk-035a84

Published 12 January 2023, 3:32pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Ministry of Defence

MOD Abbey Wood, Filton

Bristol

BS34 8JH

Contact

Chris Selway

For the attention of

selway christine

Email(s)

chris.selway814@mod.gov.uk

Telephone

+44 3001662683

Country

United Kingdom

one.2) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

one.3) Main activity

Defence

one.4) Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities:

No


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract

Combat Systems Highway

two.1.2) Type of contract and location of works, place of delivery or of performance

Services

Service category No 3: Defence services, military defence services and civil defence services

Main site or location of works, place of delivery or of performance

Barnstaple

NUTS code

  • UK - United Kingdom

two.1.4) Short description of the contract or purchase(s)

In service support for Combat System Highway

two.1.5) Common procurement vocabulary (CPV)

  • 50330000 - Maintenance services of telecommunications equipment

two.2) Total final value of contract(s)

two.2.1) Total final value of contract(s)

Value: £1,604,463

Excluding VAT


Section four: Procedure

Type of procedure

Negotiated without publication of a contract notice

Justification for the award of the contract without prior publication of a contract notice

1) Justification for the choice of the negotiated procedure without prior publication of a contract notice

No tenders or no suitable tenders in response to: negotiated procedure competition

All tenders submitted in reply to an open procedure, a restricted procedure or competitive dialogue were irregular or inacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria: yes

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 by the contracting authority/entity: no

The works/goods/services can be provided only by a particular tenderer for reasons that are:

technical

The contract concerns research and development services other than those referred to in the regulations: no

The products involved are manufactured purely for the purpose of research, experiment, study or development: no

Additional works/deliveries/services are ordered under strict conditions: no

For supplies quoted and purchased on a commodity market: no

New works/services, constituting a repetition of existing works/services: no

Contract related to the provision of air and maritime transport services for the armed forces deployed or to be deployed abroad: no

The Ministry of Defence (‘the Authority’), intends to place a Contract of up to 7 years with SEA Limited (‘SEA’) for In Service Support to Combat System Highway. The estimated value of this contract is £3,820,000.

It is considered that this Contract can be placed using the Negotiated Procedure without Prior Publication of a Contract Notice pursuant to Regulation 16(1)(a)(ii) of the UK Defence and Security Public Contracts Regulations 2011 for Technical Reasons. SEA is the Design Organisation (DO) for the Combat Systems Highway (CSH), a legacy safety critical system and has provided support to the CSH since 1984. As such, SEA is the only entity with the requisite in-depth technical knowledge, expertise and specific know-how as well as the tools, test equipment and means necessary to fulfil this requirement. It is considered that to utilise another contractor which does not have access to these resources could present significant safety risks for the Ministry of Defence. Without access to the proprietary documentation, technical drawings, tooling and test equipment, specific manufacturing processes and knowledge and expertise, any goods provided by another entity would require new testing, new verification, and validation to ensure that the Safety and Suitability for Service of the system, operational performance and effectiveness, and the interoperability is not compromised and that the Safety Case for the system is not invalidated. This would all be at a disproportionate cost and time to the Authority.

four.2) Award criteria

four.2.1) Award criteria

Lowest price

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.1) File reference number attributed by the contracting authority

703990450-RT

four.3.2) Previous publication(s) concerning the same contract

Voluntary ex ante transparency notice

Notice number: 2022/S 000-021978 of 10 August 2022


Section five: Award of contract

Contract No

703990450

five.1) Date of contract award decision

30 November 2022

five.2) Information about offers

Number of offers received

1

Number of offers received by electronic means

1

five.3) Name and address of economic operator in favour of whom the contract award decision has been taken

Systems Engineering Assessment Ltd

Barnstaple

Email(s)

luke.burrows@sea.r.mil.uk

Country

United Kingdom

five.4) Information on value of contract

Initial estimated total value of the contract

Value: £3,820,000

Excluding VAT

Total final value of the contract

Value: £1,604,463

Excluding VAT

five.5) Information about subcontracting

The contract is likely to be sub-contracted: No


Section six: Complementary information

six.1) Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: No