Awarded contract

Littoral Post Design Services Support

  • Ministry of Defence

F15: Voluntary ex ante transparency notice

Notice reference: 2021/S 000-021693

Published 1 September 2021, 10:45pm



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

Bristol

Contact

Mr Stephen Gamlen

Email

stephen.gamlen100@mod.gov.uk

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