Contract

<No title>

  • Ministry of Defence

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

Notice identifier: 2025/S 000-007660

Procurement identifier (OCID): ocds-h6vhtk-04e8f5

Published 3 March 2025, 12:57pm



Section one: Contracting authority/entity

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

Ministry of Defence

Abbey Wood, Fir 1B

Bristol

bs34 8jh

Contact

DESLESTSP-DCC-ComrclTeam@mod.gov.uk

For the attention of

Sahauli Neena

Email(s)

neena.sahauli100@mod.gov.uk

Country

United Kingdom


Section two: Object of the contract

two.1) Description

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

Services

Service category No 1: Maintenance and repair services

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

Law Enforcement International Ltd,

PO Box 328,

St Albans,

Herts,

AL4 0WA

NUTS code

  • UK - United Kingdom

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

The Dismounted Close Combat project team, part of the UK Ministry of Defence intends to place a contract with LEI Ltd for Midlife Improvement / conversion of the UK Armed Forces in-service fleet of L129A1 Sharpshooter rifle to the L129A2 variant.

This contract seeks to address obsolescence, availability of spares, and improvements to performance of the L129A1 rifle, resulting in the modified weapon becoming known as L129A2 variant.

The contract shall include the additional procurement of the L129A2 variant to maintain the Total Fleet Requirement (TFR). It is not the Authority’s intention to increase the TFR or replace the current fleet with an alternative weapon system.

two.1.5) Common procurement vocabulary (CPV)

  • 50841000 - Repair and maintenance services of weapons

Additional CPV code(s)

  • 35321200 - Rifles

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: no

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

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 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 without prior publication of a contract notice in the UK e-notification service is lawful in accordance Regulation 16 (1) (a) ii of the Defence Security and Public Contract Regulations 2011 for Technical Reasons. 

The Authority seeks to place a contract with LEI Ltd who has the technical knowledge, knowhow, skills, history of the weapons and tools necessary to address the requirements of the MLI. Only LEI ltd can Maintain and underwrite the associated Safety Case, technical documentation, the configuration management to avoid mixed fleet of the weapons without the Authority incurring an unacceptable level of risk and associated cost.

four.2) Award criteria

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

712395451

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

no


Section five: Award of contract

Contract No

712395451

five.1) Date of contract award decision

7 February 2025

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

Law Enforcement International Ltd

P.O.Box 328

St. Albans

AL4 0WA

Country

United Kingdom

five.4) Information on value of contract

Initial estimated total value of the contract

Value: £20,000,000

Excluding VAT

Total final value of the contract

Value: £20,000,000

Excluding VAT

If annual or monthly value

Number of months: 0

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

six.3) Procedures for appeal

six.3.1) Body responsible for appeal procedures

Ministry of Defence

Abbey Wood, FIR 1B

Bristol

BS34 8JH

Email(s)

DESLESTSP-DCC-ComrclTeam@mod.gov.uk

Country

United Kingdom