Award

Purchase of Motion Capture Systems for RN Muscoskeletal Injury Mitigation

  • Ministry of Defence

F15: Voluntary ex ante transparency notice

Notice identifier: 2022/S 000-007487

Procurement identifier (OCID): ocds-h6vhtk-0323d9

Published 18 March 2022, 10:45pm



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

Portsmouth

Email

Hannah.Streatfield100@mod.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/ministry-of-defence

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

Purchase of Motion Capture Systems for RN Muscoskeletal Injury Mitigation

Reference number

703389450

two.1.2) Main CPV code

  • 31642000 - Electronic detection apparatus

two.1.3) Type of contract

Supplies

two.1.4) Short description

Purchase of Motion Capture Systems for RN Muscoskeletal Injury Mitigation

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: £245,646

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

The Royal Navy, part of the UK Ministry of Defence, intends to intend to award a contract with a value of £246,000.00 to Codamotion Ltd to procure 3 in number motion capture systems. In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 (PCR 2015) as amended (in particular by SI 2020/1319).  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 without prior publication of a contract notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with regulation 32(2)(b)(ii) of the PCR 2015 because competition is absent for technical reasons.

Data relating to dynamic military movements (i.e., walking, marching, and running) was captured during a pilot RM Biomechanics Programme (RMBP), using Codamotion motion capture systems with optimised active markers that enable fast data analysis by avoiding any need to manually identify markers after data collection. Dynamic data has been captured at a higher sampling rate (up to 800 Hz) and there is a risk that moving to alternate systems would require a period of qualification and development, with no guarantee that the results produced would be consistent with that previously captured. This equipment and corresponding jig system has been developed and used in partnership with a cadre of seven academic establishments, who are trained in the analysis of data produced by these systems.

Previous work across the RN/ RM (BRNC and CTCRM) pilot has been undertaken with this motion capture system. This work has been ongoing for 20 years and changing to an alternate system would require qualification with no guarantee that the Authority would be able to build on the initial pilot data. Changing to an alternate system could not be achieved without trialling and qualification of systems and modification of jigs. As the Authority wishes to continue the study of MSKI at pace, it considers the uncertainty around qualifying and modifying alternate systems as a risk, with no guarantee that the equipment could be qualified within our timeframe, or that data produced would be consistent with that required to provide the calibration hub as part of the RN MMP’s measurement governance and assurance. The Authority considers this an intolerable risk to data integrity and its subsequent analysis. Therefore, the Authority intends to place this contract via a negotiated procedure without prior notice because competition is absent for technical reasons.

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 without a prior call for competition

  • 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:
    • absence of competition for technical reasons

Explanation:

The Royal Navy, part of the UK Ministry of Defence, intends to intend to award a contract with a value of £246,000.00 to Codamotion Ltd to procure 3 in number motion capture systems. In accordance with the provisions of The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 SI No. 2020/1319, this procurement falls to be regulated under the provisions of the Public Contracts Regulations 2015 (PCR 2015) as amended (in particular by SI 2020/1319).  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 without prior publication of a contract notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with regulation 32(2)(b)(ii) of the PCR 2015 because competition is absent for technical reasons.

Data relating to dynamic military movements (i.e., walking, marching, and running) was captured during a pilot RM Biomechanics Programme (RMBP), using Codamotion motion capture systems with optimised active markers that enable fast data analysis by avoiding any need to manually identify markers after data collection. Dynamic data has been captured at a higher sampling rate (up to 800 Hz) and there is a risk that moving to alternate systems would require a period of qualification and development, with no guarantee that the results produced would be consistent with that previously captured. This equipment and corresponding jig system has been developed and used in partnership with a cadre of seven academic establishments, who are trained in the analysis of data produced by these systems.

Previous work across the RN/ RM (BRNC and CTCRM) pilot has been undertaken with this motion capture system. This work has been ongoing for 20 years and changing to an alternate system would require qualification with no guarantee that the Authority would be able to build on the initial pilot data. Changing to an alternate system could not be achieved without trialling and qualification of systems and modification of jigs. As the Authority wishes to continue the study of MSKI at pace, it considers the uncertainty around qualifying and modifying alternate systems as a risk, with no guarantee that the equipment could be qualified within our timeframe, or that data produced would be consistent with that required to provide the calibration hub as part of the RN MMP’s measurement governance and assurance. The Authority considers this an intolerable risk to data integrity and its subsequent analysis. Therefore, the Authority intends to place this contract via a negotiated procedure without prior notice because competition is absent for technical reasons.

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

18 March 2022

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

Codamotion Ltd

Leicester

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

Yes

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

Initial estimated total value of the contract/lot/concession: £245,646

Total value of the contract/lot/concession: £245,646

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

Portsmouth

PO2 8By

Country

United Kingdom