Section one: Contracting authority/entity
one.1) Name and addresses
Ministry of Defence
Bristol
Country
United Kingdom
Region 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
7000000
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
7000000
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £7,000,000 / Highest offer: £7,000,000 taken into consideration
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
VTN for the placement of the EOS & GPC Equipment In-Service Support Contract
The United Kingdom Ministry of Defence (the “Authority”) intends to place a contract with Ultra Maritime UK (the “Company”) for the In-Service Support, including maintenance, repair and replacement component spares for the EOS & GPC Equipment fitted to the QEC platforms. The term of the contract is envisaged to be three years (with an option for the Authority to extend the contract for up to an additional three years). The anticipated value of the contract will be circa £7 million (Seven Million Pounds Sterling).
Equipment items included in the scope of the proposed contract are:
a. Electro-Optical Director I(EOD)
b. EOS equipment cabinets
c. Glide Path Camera (GPC)
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 (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 (in accordance with 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.
This is because:
a. EOS & GPC equipment performs the essential function of managing the known risk of an aircraft crashing whilst attempting to land on board a ship at sea. As such, the Authority requires absolute confidence that repairs and maintenance are carried out in accordance with design specifications, ensuring the equipment is fit for purpose and enabling the Armed Forces to function safely. The safety mitigation that this equipment provides is a key tenet of the Certificate of Safety (Aviation) issued to each aviation-capable platform.
b. In respect of EOS & GPC equipment, there is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products concerned and the characteristics of the system(s) being maintained.
c. The Company has developed in-house Special To Type Test equipment that is required to maintain, repair, fit and Set to Work the EOS & GPC equipment.
d. In respect of the EOS & GPC equipment, the Company is the Original Equipment Manufacturer (OEM) for these systems. This range of equipment is designed to mitigate safety risks associated with landing aircraft on ships at sea. The Company is responsible for the overall system integrity and safe installation and operability, ensuring form fit for function is maintained and certifying that this safety-critical equipment remains fit for purpose, at both component and system level.
e. EOS is a combined set of common equipment that must operate effectively and reliably as a complete system capability. The Company is the only supplier able to perform the services due to its extensive technical knowhow.
f. In respect of the EOS & GPC equipment, the Company is the OEM and holds all IPR rights as these equipment items were designed as a sole venture. There is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products and the characteristics of the system(s) being maintained.
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
Explanation:
VTN for the placement of the EOS & GPC Equipment In-Service Support Contract
The United Kingdom Ministry of Defence (the “Authority”) intends to place a contract with Ultra Maritime UK (the “Company”) for the In-Service Support, including maintenance, repair and replacement component spares for the EOS & GPC Equipment fitted to the QEC platforms. The term of the contract is envisaged to be three years (with an option for the Authority to extend the contract for up to an additional three years). The anticipated value of the contract will be circa £7 million (Seven Million Pounds Sterling).
Equipment items included in the scope of the proposed contract are:
a. Electro-Optical Director I(EOD)
b. EOS equipment cabinets
c. Glide Path Camera (GPC)
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 (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 (in accordance with 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.
This is because:
a. EOS & GPC equipment performs the essential function of managing the known risk of an aircraft crashing whilst attempting to land on board a ship at sea. As such, the Authority requires absolute confidence that repairs and maintenance are carried out in accordance with design specifications, ensuring the equipment is fit for purpose and enabling the Armed Forces to function safely. The safety mitigation that this equipment provides is a key tenet of the Certificate of Safety (Aviation) issued to each aviation-capable platform.
b. In respect of EOS & GPC equipment, there is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products concerned and the characteristics of the system(s) being maintained.
c. The Company has developed in-house Special To Type Test equipment that is required to maintain, repair, fit and Set to Work the EOS & GPC equipment.
d. In respect of the EOS & GPC equipment, the Company is the Original Equipment Manufacturer (OEM) for these systems. This range of equipment is designed to mitigate safety risks associated with landing aircraft on ships at sea. The Company is responsible for the overall system integrity and safe installation and operability, ensuring form fit for function is maintained and certifying that this safety-critical equipment remains fit for purpose, at both component and system level.
e. EOS is a combined set of common equipment that must operate effectively and reliably as a complete system capability. The Company is the only supplier able to perform the services due to its extensive technical knowhow.
f. In respect of the EOS & GPC equipment, the Company is the OEM and holds all IPR rights as these equipment items were designed as a sole venture. There is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products and the characteristics of the system(s) being maintained.
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
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
3 October 2024
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
EOS GPC VTN
Bristol
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Lowest offer: £7,000,000 / Highest offer: £7,000,000 taken into consideration
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
EOS GPC
Bristol
Country
United Kingdom