Section one: Contracting authority/entity
one.1) Name and addresses
Ministry of Defence, Naval Ship Support
Bristol
DESShipsComrcl-NSS-RFA-TLS@mod.gov.uk
Country
United Kingdom
Region code
UKK11 - Bristol, City of
Internet address(es)
Main address
https://contracts.mod.uk/web/login.html
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Classification, Survey and Design Appraisal Services for the Royal Fleet Auxiliary Vessels
two.1.2) Main CPV code
- 50241000 - Repair and maintenance services of ships
two.1.3) Type of contract
Services
two.1.4) Short description
The MOD intends to amend the Contract for the provision of Classification, Survey and Design Appraisal Services to support the FISS requirement for Royal Fleet Auxiliary Vessels, Royal Navy Ocean Survey Vessel and Survey Vessels by extending the current term by 18 months until 30th September 2025 to ensure the continued provision of in-service support.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £4,420,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Royal Fleet Auxiliary (RFA) is a naval auxiliary fleet owned by the UK's Ministry of Defence.
The Ministry of Defence (MOD) manages the in-service support of the Royal Fleet Auxiliary, Hydrographic and Patrol vessels via the Future In-Service Support (FISS) Contracts, including Contract number CSS/0126 (the “Contract”) with Lloyd’s Register EMEA (“Lloyd’s Register”).
The MOD intends to amend the Contract for the provision of Classification, Survey and Design Appraisal Services to support the FISS requirement for Royal Fleet Auxiliary Vessels, Royal Navy Ocean Survey Vessel and Survey Vessels by extending the current term by 18 months until 30th September 2025 to ensure the continued provision of in-service support. The current value of the contract is £3,400,000 and the approximate value of the extension is £1,020,000, giving an estimated revised contract value following the extension of £4,420,000.
two.2.5) Award criteria
Criterion: Technical Merit 100
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure without publication of a contract notice
- No tenders or no suitable tenders/requests to participate in response to negotiated procedure with prior publication of a contract notice
- The products involved are manufactured purely for the purpose of research, experiment, study or development
Explanation:
In accordance with regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 (DSPCR) 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 the award of the contract, by way of an amendment to the Contract, without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR as the continued in-service support services cannot for technical reasons be carried out by a different supplier due to the mandatory statutory, regulatory and MOD standards required whilst ensuring on-going operability.
The vessels are operated and maintained to both commercial and naval standards and are subject to classification society rules and Naval Authority (NA) rules. Lloyd’s Register have co-authored the Lloyd’s Register Naval Ship Rules and Regulations (LRNSR) for the Classification of Ships and Naval Ships that apply to naval and RFA ships. RFA Tide class vessels are built to these rules and the future FSS class are being designed and built to these LRNSR rules.
Only Lloyd’s Register, the parent Classification Society of the LRNSR rule set, can conduct surveys, plan appraisals and provide certification against any RFA vessels which are classified as being “in-class” in accordance with the LRNSR. In operating and maintaining vessels in line with LRNSR, it is not possible for another Classification Society to provide equivalent certification against an alternative set of Naval Ship rules. Changing the rule set in respect of which the RFA platforms are currently classified would introduce an unacceptable level of safety risk to the vessels and personnel.
Lloyd’s Register is the only Classification society, for these RFA vessels, that have delegated authority from the DE&S Naval Authority Group for issuing Naval Ship Stability Certification on their behalf.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract/concession
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
26 January 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Lloyd's Register EMEA
Nailsea
Country
United Kingdom
NUTS code
- UKK11 - Bristol, City of
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £4,420,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Ministry of Defence, Naval Ship Support
Bristol
Country
United Kingdom