Section one: Contracting authority/entity
one.1) Name and addresses
Ministry of Defence
Bristol
Contact
Mr Stephen Gamlen
Telephone
+44 3001572651
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
Littoral Post Design Services Support
Reference number
701578551
two.1.2) Main CPV code
- 35412100 - Infantry fighting vehicles
two.1.3) Type of contract
Supplies
two.1.4) Short description
Design services as to military vehicles. The services shall be for an initial period of 5 years, 2 months
commencing 1st February 2022 with a further two optional years.
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: £19,526,632
two.2) Description
two.2.2) Additional CPV code(s)
- 35412200 - Armoured personnel carriers
two.2.3) Place of performance
NUTS codes
- SE - Sweden
Main site or place of performance
Björnavägen, Sweden
two.2.4) Description of the procurement
The Contractor is to provide Post Design Services (PDS) to the Authority regarding all variants of the
following vehicle platforms: Viking; BV206; BRV; and Future All Terrain Vehicle (FATV). Post Design
Services (PDS) ensure that modifications and minor design alterations (arising out of compliance with
safety legislation or desired requirements or performance enhancements) are properly appraised and,
where approved, implemented while preserving platform capabilities. The Contractor shall be the Design
Authority (DA) for the platforms and shall maintain design, manufacturing data and configuration control.
Reference equipment shall be utilised as necessary.
two.2.5) Award criteria
Criterion: n n
two.2.11) Information about options
Options: Yes
Description of options
The services shall be for an initial period of 5 years, 2 months commencing 1st February 2022.
There are two optional years.
The maximum duration of the contract will be 7 years 2 months.
The vehicle platforms Viking, BV206 and BRV shall be supported for the duration of the contract. Vehicle
platform FATV shall be supported in year 3 and subsequently.
The service includes CORE services (maintenance of records, technical support, maintaining reference
fleet of vehicles etc.).
Optionally, NON-CORE ad hoc services may also be required.
The Authority has the option to purchase NON-CORE services for the initial period of the contract.
For Option Year 1 the Authority has the option to purchase CORE and NON-CORE services.
For Option Year 2 the Authority has the option to purchase CORE and NON-CORE services.
The maximum anticipated
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Cyber Risk Profile (as defined DEFSTAN 05/138) for this requirement is Very Low. The Cyber Risk
Assessment Reference is RAR-206864631
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
- 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 Vehicle Support Team (VST) part of the Ministry of Defence, intends to award a 5 year 2 month initial
contract with two option years (maximum contract duration 7 years 2 months), to BAE Systems Hägglunds
AB (‘BAES Hägglunds’) to provide Post Design Services (PDS) for the Viking vehicle (7 variants), BV206
vehicle (14 variants), Beach Recovery Vehicle (BRV) and the Future All Terrain Vehicle (FATV) (All varients).
It is considered that this contract can be placed using the negotiated procedure without prior publication
pursuant under regulation 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for
technical reasons. BAES Hägglunds is the only company with the required technical knowledge and
experience to carry out this requirement including owning the Intellectual Property Rights (IPR) for major
safety critical components for all four vehicles. Due to the amphibiousness of the vehicles, coupled with
ballistic/mine protection structures incorporated into the platforms, all modifications are assessed to
ensure that they do not impact the performance baseline, operational effectiveness or the safety of the
whole platform. Only BAES Hägglunds is able to utilise this analysis to underwrite these modifications and
the safety case of the entire platform. BAES Hägglunds is the only company with a sufficiently detailed
understanding of the extreme operational environment requirements of these vehicles designs and
variants, and their historical configuration to undertake the required Post Design Services.
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
Contract No
701578551
Lot No
N/A
Title
Littoral Post Design Services Support
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
1 July 2021
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
BAE Systems Hägglunds AB
Björnavägen 2, SE-89182 Örnsköldsvik
Björnavägen
Country
Sweden
NUTS code
- SE - Sweden
National registration number
556305-6059
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: £19,526,632
Total value of the contract/lot/concession: £19,526,632
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
The Authority reserves the right to amend any condition related to security of information to reflect any
changes in national law or government policy. If any contract documents are accompanied by instructions
on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to
amend the terms of these instructions to reflect any changes in national law or government policy,
whether in respect of the applicable protective marking scheme, specific protective markings given, the
aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website
provides information on the Government Security Classification.
https://www.gov.uk/government/publications/government-security-classifications
six.4) Procedures for review
six.4.1) Review body
Ministry of Defence
Vehicle Support Team, Cedar 1A #3157, MOD Abbey Wood
Bristol
BS34 8JH
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Ministry of Defence
Vehicle Support Team, Cedar 1A #3157, MOD Abbey Wood
Bristol
BS34 8JH
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Ministry of Defence
Vehicle Support Team, Cedar 1A #3157, MOD Abbey Wood
Bristol
BS34 8JH
Country
United Kingdom