Award

F-35 EPGS Depot Activation - VTN

  • DE&S Deca

F15: Voluntary ex ante transparency notice

Notice identifier: 2023/S 000-031378

Procurement identifier (OCID): ocds-h6vhtk-040ea2

Published 24 October 2023, 3:43pm



Section one: Contracting authority/entity

one.1) Name and addresses

DE&S Deca

DE&S Deca, Welsh Road, Sealand

Deeside

CH5 2LS

Contact

Tracy Thomas

Email

tracy.thomas@deca.mod.uk

Telephone

+44 7585907993

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/groups/des-deca

Buyer's address

https://www.gov.uk/government/groups/des-deca

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

F-35 EPGS Depot Activation - VTN

Reference number

SEA/19352

two.1.2) Main CPV code

  • 80660000 - Training and simulation in military electronic systems

two.1.3) Type of contract

Services

two.1.4) Short description

Establishment of a Test and Repair Capability to Support Maintenance, Repair, Overhaul and Upgrade (MRO&U) of specific Collins Aerospace F35 Components

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: 2,000,000 USD

two.2) Description

two.2.3) Place of performance

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

DE&S Deca Sealand, Deeside

two.2.4) Description of the procurement

Establishment of a Test and Repair Capability to Support Maintenance, Repair, Overhaul and Upgrade (MRO&U) of specific Collins Aerospace F35 Components

two.2.5) Award criteria

Price

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 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:

This requirement is for the establishment of a test and repair capability for Collins Aerospace F-35 components at DE&S Deca. This will support the maintenance, repair, overhaul, and upgrade (MRO&U) of specific F-35 Collins Aerospace components at DE&S Deca

In accordance with regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this contract is regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 as amended (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 this contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for technical reasons.

The Contract term shall be for a period of 15 months. The estimated value of the contract is circa two million pounds (£2,000,000.00).

Collins Aerospace holds all the available technical information for their F-35 components and has the technical expertise, knowledge and know-how necessary to establish the test and capability requirement. This information is not available to the Authority as it is owned by Collins. The Authority does not have the necessary rights to this information and would be unable to provide a suitable level of details to any third party that would enable them to fulfil this requirement. The Authority is required to comply with maintenance management policy relating to the capability implementation for F-35 which sets out that only Collins Aerospace as the OEM can carry out the establishment of a test and repair capability. The Authority will have access to the information necessary to meet this requirement pursuant to an extant TAA with Collins Aerospace.

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

SEA/19352

Title

F-35 EPGS Depot Activation

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

24 October 2023

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

Collins Aerospace (Hamilton Sundstrand Corporation)

Rockford

Country

United States

NUTS code
  • US - United States
The contractor/concessionaire is an SME

No

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

Total value of the contract/lot/concession: 2,000,000 USD

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

DE&S Deca

Deeside

Country

United Kingdom