Award

£1,500,000.00

  • Ministry of Defence

F15: Voluntary ex ante transparency notice

Notice identifier: 2024/S 000-005118

Procurement identifier (OCID): ocds-h6vhtk-043a7d

Published 15 February 2024, 3:06pm



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

Bristol

Email

ian.bailey104@mod.gov.uk

Country

United Kingdom

Region code

UKK11 - Bristol, City of

Internet address(es)

Main address

www.contracts.mod.uk

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

£1,500,000.00

two.1.2) Main CPV code

  • 34521100 - Surveillance boats

two.1.3) Type of contract

Supplies

two.1.4) Short description

Provision of Tactical Personal Water Craft including in-service support and post design services

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: £1,500,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK11 - Bristol, City of

two.2.4) Description of the procurement

Provision of Tactical Personal Water Craft and In service support

two.2.5) Award criteria

Price

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

  • The products involved are manufactured purely for the purpose of research, experiment, study or development
  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • protection of exclusive rights, including intellectual property rights

Explanation:

The Boats Team, part of the UK Ministry of Defence (“the Authority”) intends to extend the existing Contract CCS/0106 with Salterns Marina for a period of 24 months, at a total cost of up to £1.5M ex VAT. The current Contract runs to 31 Mar 24 and provides support for Tactical Watercraft through the procurement and upkeep of Spares, Repairs, and Post Design Service (PDS) Tasks for Support Equipment (SE).

It is considered that the contract can be extended using the negotiated procedure without prior publication of a contract notice pursuant to Regulation 16(1)(d)(i)(aa) of the Defence and Security Public Contracts Regulations 2011: It has been deemed necessary to extend the existing service for technical reasons in addition to the fact to compete the requirement at this time would cause significant disruption to Mod Operations.

Due to the complexity of the TWC contract and the registered designs for “Tactical Water Craft” held by Salterns Marina, it would not be strategically wise or economically advantageous to recompete this support requirement for a 2 year period at this time, as:

a) Salterns Marina has been deemed the only economic operator with access to current technical designs, which form part of the Tactical Watercraft which provide operational continuity for MoD Operations. The loss of Salterns Marina technical designs if awarded to another economic operator, could have safety and operational implications on the end user if sufficient design information and SQEP is not available to maintain existing equipment. Salterns Marina expertise is essential to maintain the elements of the craft which are added to convert the base model Personal Water Craft in to the Tactical Water Craft operated MoD Forces. These modifications are TWC specific and are part of the UK design held by Salterns Marina via the Intellectual Property Office. These modifications greatly improve the performance and capability of the standard craft and are essential to MoD operations.

b) Competing the capability at this time may introduce a mixed configuration fleet, which is essential to avoid at this time for operational purposes. Operating a mixed configuration fleet would cause issues at User/Unit level with regards to spares, training, documentation etc. When MoD Forces deploy, they are generally limited to how much equipment can be deployed because of restrictions on the ship or aircraft. Running a mixed fleet would require two distinct sets of spares to support Ops, possibly restricting other equipment that can be taken. Additionally, extra training would be required for end Users to enable them to make effective running repairs in the field and different supporting documentation would have to be carried. This would be difficult for MoD units to manage at reach in certain regions where they are forward deployed.

c) The lack of rights we have to use information about the TWC in order to compete for its manufacture could cause an increase in development costs and potentially leave the Authority with an unsupported platform until these issues are overcome.

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

14 February 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

Salterns Marina Ltd, t/a Golden Arrow Marine

Southampton

Country

United Kingdom

NUTS code
  • UKJ32 - Southampton
The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £1,500,000

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

DE&S

Bristol

Country

United Kingdom