Tender

ADEWS/138: Provision of In-service Support for ADEWS DT Radomes

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2024/S 000-023069

Procurement identifier (OCID): ocds-h6vhtk-04843c

Published 24 July 2024, 3:22pm



The closing date and time has been changed to:

2 September 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Air Defence & Electronic Warfare Systems and Windfarms Delivery Team, MOD Abbey Wood

Bristol

BS34 8JH

Contact

Lewis Harvey-Samuel

Email

lewis.harvey-samuel100@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/defence-equipment-and-support

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://contracts.mod.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://contracts.mod.uk

Tenders or requests to participate must be submitted to the above-mentioned address

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

ADEWS/138: Provision of In-service Support for ADEWS DT Radomes

Reference number

711888452

two.1.2) Main CPV code

  • 71631400 - Technical inspection services of engineering structures

two.1.3) Type of contract

Services

two.1.4) Short description

A single contract for a 5-year period (3 years with 2 x 12-month extension options) for technical through life support and safety assurance of 23 radomes housing Air Traffic Management and Air Defence radars, ensuring that all work complies with industry standards and safety regulations. The radomes are primarily in the UK, including the Scottish Islands, but also Cyprus and the Falkland Islands. The radome structures vary from composite sandwich to solid GRP; Defence is adding air supported radomes to the fleet; however, at this stage it is not known whether the air supported radomes will be included in the scope of this contract.

two.1.5) Estimated total value

Value excluding VAT: £3,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • FK - Falkland Islands
  • UK - United Kingdom
Main site or place of performance

United Kingdom, Falkland Islands, Cyprus.

two.2.4) Description of the procurement

A single contract for a 5-year period (3 years with 2 x 12-month extension options) for technical through life support and safety assurance of 23 radomes housing Air Traffic Management and Air Defence radars, ensuring that all work complies with industry standards and safety regulations. The radomes are primarily in the UK, including the Scottish Islands, but also Cyprus and the Falkland Islands. The radome structures vary from composite sandwich to solid GRP; Defence is adding air supported radomes to the fleet; however, at this stage it is not known whether the air supported radomes will be included in the scope of this contract.

The anticipated In-Service Life of each radome is typically 20 years from installation. The contractor will advise the Authority of significant impacts to changes in standards and regulations affecting radomes and ancillaries and will prepare and amend Environmental Impact Statements (EIS) as necessary. The Authority may task the contractor, who will be the design authority, with activities including the following: approve designs, modifications, and technical specifications. The contractor will also provide ongoing technical support, conduct technical investigations, and produce reports and recommendations.

Additionally, the contractor will maintain a Master Records Index (MRI) to track and manage all records related to radome construction, maintenance, modifications, configuration management, and obsolescence management. This may include incorporating additional documents as further required during the life of the contract. This MRI will be provided to the contractor by the Authority as Government Furnished Information (GFI).

For obsolescence management, the contractor will manage radome components on a proactive or reactive basis as stipulated by the Authority. This considers that the radome fleet is mixed, supplied by different Original Equipment Manufacturers (OEMs) and includes some OEMs that no longer exist. This could include mitigating risks, sourcing alternatives, and redesigning or reverse engineering obsolete parts.

Field services may involve delivering on-site support including the installation, recovery, maintenance, commission, decommission, recovery, and repair of radomes and ancillaries, ensuring safe, efficient service within agreed timelines. The contractor will source spare parts as needed, ensuring timely delivery to meet operational requirements.

The contractor may be required to provide training on radome construction and maintenance, covering theoretical knowledge, practical skills, and safety.

Additionally, the contractor will participate in safety panel reviews to assess and enhance radome safety, preparing, presenting, and reviewing necessary documentation, risk assessments, and compliance evidence to support the Authority’s safety management system.

The contractor will adhere to all Intellectual Property Rights (IPR) arrangements in all aspects of the work. Where the contractor is not the Original Equipment Manufacturer (OEM) for the radomes and ancillaries, the contractor is required to put in place formal arrangements with the OEM to access the technical data (intellectual property) necessary to support its contractual obligations. Typically, this would include but not be limited to activities such as structural appraisals, condition inspections and radio frequency modelling. It will be the sole responsibility of the Contractor to make these arrangements.

In cases where OEM information is unavailable, the contractor would be expected to utilise their professional judgement and expertise to address and resolve any issues, providing suitable solutions. Any solutions or modifications developed independently of the OEM must comply with the relevant standards and best practices. The contractor's ability to make informed recommendations and provide reliable advice in the absence of OEM data is crucial to maintaining the integrity and functionality of the radome systems.

two.2.5) Award criteria

Quality criterion - Name: Weighted Non-Cost / Weighting: 60%

Quality criterion - Name: Cost / Weighting: 40%

Price - Weighting: Cost weighting is 40%

two.2.6) Estimated value

Value excluding VAT: £3,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will contain the option for the Authority to extend the contract by up to two years, in an increment of one year at a time.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

26 August 2024

Local time

12:00pm

Changed to:

Date

2 September 2024

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Ministry of Defence

Air Defence & Electronic Warfare Systems and Windfarms Delivery Team, MOD Abbey Wood

Bristol

BS34 8JH

Email

Lewis.Harvey-Samuel100@mod.gov.uk

Country

United Kingdom