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://des.mod.uk/locations/bristol/
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
5000000
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
MOD Voluntary Transparency Notice for the Ships Sensors and Monitoring Systems (SSAMS) Interim In-Service Support Contract
1. United Kingdom Ministry of Defence (the “Authority”) intends to place a contract with BAE Systems Surface Ships Limited (company number 06160534) (the “Company”) for In-Service Support for Ships Sensors and Monitoring Systems (SSAMS) equipment fitted to the Royal Navy’s Type 45 Destroyers and Queen Elizabeth Class Carriers.
2. The planned term of the contract is for 3 years with three one-year option years (up to 6 years total). The estimated value of this contract is up to Band E1 (£4.5M – £10M).
3. The contract will cover spares, repairs, technical support and on-board technical assistance for the following systems:
• Meteorological and Oceanographic (METOC) System
• Air Group Management Application (AGMA) System
• Aircraft Movement Electrocic Information Equipment (AMEIE)
• Visual Surveillance System (VSS)
4.
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.
a. The full support of METOC, AGMA, AMEIE and VSS Systems is reliant upon the Company’s knowledge as the Design Authority for the original design, manufacture and integration phases; and the comprehension and learning acquired through delivery of systems integration throughout the ships. In consequence, the information necessary to effect repairs and provide technical support and advice for the systems, and maintain safety compliance, rests solely with the Company.
b. Overall Configuration Control of Software, System Architecture and Hardware must be strictly and effectively managed, to ensure the system elements remain correctly integrated and interoperable, precluding the sub-division of support of software and hardware support for each system. For the reasons set out in paragraph 4a, only the Company will be able to meet these requirements.
Because of the reasons listed only the Company can perform the contract.
5. This VEAT Notice is not a request for Expressions of Interest (EoI) so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis and is published for reasons of transparency. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to the Company named above.
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: £5,000,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
MOD Voluntary Transparency Notice for the Ships Sensors and Monitoring Systems (SSAMS) Interim In-Service Support Contract
1. United Kingdom Ministry of Defence (the “Authority”) intends to place a contract with BAE Systems Surface Ships Limited (company number 06160534) (the “Company”) for In-Service Support for Ships Sensors and Monitoring Systems (SSAMS) equipment fitted to the Royal Navy’s Type 45 Destroyers and Queen Elizabeth Class Carriers.
2. The planned term of the contract is for 3 years with three one-year option years (up to 6 years total). The estimated value of this contract is up to Band E1 (£4.5M – £10M).
3. The contract will cover spares, repairs, technical support and on-board technical assistance for the following systems:
• Meteorological and Oceanographic (METOC) System
• Air Group Management Application (AGMA) System
• Aircraft Movement Electrocic Information Equipment (AMEIE)
• Visual Surveillance System (VSS)
4.
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.
a. The full support of METOC, AGMA, AMEIE and VSS Systems is reliant upon the Company’s knowledge as the Design Authority for the original design, manufacture and integration phases; and the comprehension and learning acquired through delivery of systems integration throughout the ships. In consequence, the information necessary to effect repairs and provide technical support and advice for the systems, and maintain safety compliance, rests solely with the Company.
b. Overall Configuration Control of Software, System Architecture and Hardware must be strictly and effectively managed, to ensure the system elements remain correctly integrated and interoperable, precluding the sub-division of support of software and hardware support for each system. For the reasons set out in paragraph 4a, only the Company will be able to meet these requirements.
Because of the reasons listed only the Company can perform the contract.
5. This VEAT Notice is not a request for Expressions of Interest (EoI) so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis and is published for reasons of transparency. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to the Company named above.
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:
MOD Voluntary Transparency Notice for the Ships Sensors and Monitoring Systems (SSAMS) Interim In-Service Support Contract
1. United Kingdom Ministry of Defence (the “Authority”) intends to place a contract with BAE Systems Surface Ships Limited (company number 06160534) (the “Company”) for In-Service Support for Ships Sensors and Monitoring Systems (SSAMS) equipment fitted to the Royal Navy’s Type 45 Destroyers and Queen Elizabeth Class Carriers.
2. The planned term of the contract is for 3 years with three one-year option years (up to 6 years total). The estimated value of this contract is up to Band E1 (£4.5M – £10M).
3. The contract will cover spares, repairs, technical support and on-board technical assistance for the following systems:
• Meteorological and Oceanographic (METOC) System
• Air Group Management Application (AGMA) System
• Aircraft Movement Electrocic Information Equipment (AMEIE)
• Visual Surveillance System (VSS)
4.
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.
a. The full support of METOC, AGMA, AMEIE and VSS Systems is reliant upon the Company’s knowledge as the Design Authority for the original design, manufacture and integration phases; and the comprehension and learning acquired through delivery of systems integration throughout the ships. In consequence, the information necessary to effect repairs and provide technical support and advice for the systems, and maintain safety compliance, rests solely with the Company.
b. Overall Configuration Control of Software, System Architecture and Hardware must be strictly and effectively managed, to ensure the system elements remain correctly integrated and interoperable, precluding the sub-division of support of software and hardware support for each system. For the reasons set out in paragraph 4a, only the Company will be able to meet these requirements.
Because of the reasons listed only the Company can perform the contract.
5. This VEAT Notice is not a request for Expressions of Interest (EoI) so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis and is published for reasons of transparency. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to the Company named above.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract/concession
Contract No
713402451
Title
SSAMS 713402451
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
28 November 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
SSAMS 713402451
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: £5,000,000 / Highest offer: £5,000,000 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
Ships Sensors and Monitoring Systems ( SSAMS )
Bristol
Country
United Kingdom