Contract

Procurement of Mannequins for Vehicle Noise Characterisation and Safe System of Work

  • Ministry of Defence

F18: Contract award notice for contracts in the field of defence and security

Notice identifier: 2025/S 000-041323

Procurement identifier (OCID): ocds-h6vhtk-04cf17 (view related notices)

Published 18 July 2025, 2:02pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Ministry of Defence

MOD Abbey Wood

Bristol

BS34 8JH

For the attention of

Mark Bartlett

Email(s)

Mark.Bartlett105@mod.gov.uk

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

https://www.gov.uk/government/groups/defence-digital

Electronic access to information

https://www.contractsfinder.service.gov.uk/Notice/45c4dc62-528f-429e-b359-e1fb75f13193

one.4) Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities:

No


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract

Procurement of Mannequins for Vehicle Noise Characterisation and Safe System of Work

two.1.2) Type of contract and location of works, place of delivery or of performance

Supplies

Purchase

NUTS code

  • UK - United Kingdom

two.1.4) Short description of the contract or purchase(s)

Procurement of Mannequins for Vehicle Noise Characterisation and Safe System of Work

two.1.5) Common procurement vocabulary (CPV)

  • 35711000 - Command, control, communication systems

two.2) Total final value of contract(s)

two.2.1) Total final value of contract(s)

Value: £52,989

Excluding VAT


Section four: Procedure

Type of procedure

Negotiated without publication of a contract notice

Justification for the award of the contract without prior publication of a contract notice

1) Justification for the choice of the negotiated procedure without prior publication of a contract notice

The works/goods/services can be provided only by a particular tenderer for reasons that are:

technical

Additional works/deliveries/services are ordered under strict conditions: yes

There is a requirement for standardisation of Instrumentation to provide an assurance that the data gathered for analysis is unaffected by the instrumentation itself and that the historic and future data in the repository from which analysis takes place has consistent data samples, acquired from the same source of instrumentation.

This is a procurement for additional instrumentation where a change of supplier could result in the acquired instrumentation having different hardware and software technical characteristics which could result in the data acquired having differing characteristics from that already acquired.

This will present disproportionate technical difficulties in validating and verifying that the noise data acquired for analysis is the same as that acquired using different supplier instrumentation.

A single source approach with GRAS Sound and Vibration UK Ltd, who are the sole supplier within the UK for the mannequin which is proprietary equipment from GRAS Sound and Vibration Worldwide, is recommended to ensure that the instrumentation procured is of the same production standard and specification of performance and manufactured to the same quality as instrumentation used on past and other parallel vehicle noise trials. This will ensure that the results are based on the same technical specifications and therefore will have the same baseline.

To obtain instrumentation from a supplier other than GRAS Sound and Vibration UK Ltd who are the UK sub division of GRAS Sound and Vibration Worldwide, would oblige the MOD to acquire goods having different System Elements, Physical and Technical Characteristics resulting in an incompatibility between the existing instrumentation employed to gather acoustic data and will introduce into question the viability of the data gathered accompanied with disproportionate technical difficulties in proving the safe integration of the CHPHS with the BCIP 5.6 Communications System. As this is a UCR that concerns the safety and operational effectiveness of personnel and assets, immediate action to resolve it is required. A resolution needs to be in place by Oct 2024 to support Hurn Vehicle Trials.

four.2) Award criteria

four.2.1) Award criteria

Lowest price

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.2) Previous publication(s) concerning the same contract

Voluntary ex ante transparency notice

Notice number: 2025/S 000-000851 of 10 January 2025


Section five: Award of contract

Contract No

713136451

five.1) Date of contract award decision

11 February 2025

five.3) Name and address of economic operator in favour of whom the contract award decision has been taken

Procurement of Mannequins for Vehicle Noise Characterisation and Safe System of Work

Audio Precision UK Ltd, Unit 115 Gibson House Ermine Business Park

Huntingdon

PE29 6XU

Country

United Kingdom

five.4) Information on value of contract

Total final value of the contract

Value: £52,989

Excluding VAT


Section six: Complementary information

six.1) Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: No