Voluntary ex ante transparency notice
Legal Basis:
Directive 2009/81/EC
Section I: Contracting authority/entity
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Voluntary Transparency Notice for TPRR.
Reference number: MATT/CCAP/003
II.1.2)Main CPV code35300000 Weapons, ammunition and associated parts
II.1.3)Type of contractServices
II.1.4)Short description:
Amendment to contract MATT/CCAP/003 with CTA International (CTAI) to provide services required to conduct the qualification of a Target Practice Reduced Range (TPRR) type of ammunition on behalf of the United Kingdom and French Authorities.
II.1.6)Information about lotsThis contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 16 500 000.00 EUR
II.2)Description
II.2.3)Place of performanceNUTS code: FR FRANCE
Main site or place of performance:
II.2.4)Description of the procurement:
VTN Narrative for TPRR — Qualification Contract elements:
Duration: Q2 2016-Q2 2021.
Anticipated value: 16 500 000 EUR (approx 12 900 000 GBP at 1,28 EUR: 1 GBP).
The DE&S Specialist Vehicles Cannon Delivery Team, part of the Ministry of Defence (MOD) intends to place an amendment to contract MATT/CCAP/003 (Common Cannon and Ammunition Project — 40mm Cased Telescoped Cannon and Ammunition Qualification Programme) with CTA International (CTAI), the designer and manufacturer of the Cased Telescoped Cannon and Ammunition (CTCA) to provide services required to conduct the qualification of a Target Practice Reduced Range (TPRR) type of ammunition on behalf of the United Kingdom and French Authorities. The qualification services will comprise an initial confirmatory phase of ammunition firing trials, plus options to undertake full ammunition firing trials, testing, evaluation activities and commissioning of a production facility thereafter.
II.2.5)Award criteria
II.2.11)Information about optionsOptions: yes
Description of options:
The qualification services will comprise an initial confirmatory phase of ammunition firing trials, plus options to undertake full ammunition firing trials, testing, evaluation activities and commissioning of a production facility thereafter.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureNegotiated procedure without publication of a contract notice
- 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:
It is considered the proposed Contract Amendment is able to be placed using the Negotiated Procedure without Prior Publication of a Contract Notice pursuant to Article 28 (1) (e) of Directive 2009/81/EC of the European Parliament and the Council (Regulation 16 (1) (a) (ii)) of the Defence and Security Public Contracts Regulations 2011 (DSPCR) for technical reasons. CTAI, as the original equipment manufacturer and Design Organisation (DO) for the CTCA has the required extensive in depth technical knowledge, specific know-how and tooling at its disposal to provide the necessary qualification services without compromising the operation and safety of the CTCA in support of the qualification of a Target Practice Reduced Range (TPRR) type of ammunition. It is considered that to utilise another supplier which does not have access to these resources would present significant and unacceptable technical and safety risks to the UK MOD and French Direction Générale de l'Armement (DGA). All work connected with the provision of qualification services for the TPRR type of ammunition is underwritten by the DO to provide UK MOD and French DGA with the required assurance that all work undertaken will not compromise the operation or safety of the CTCA. No third party will be able to provide the required assurance to UK MOD and French DGA and therefore no other Contractor can provide these services.
IV.1.3)Information about framework agreement
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
Section V: Award of contract/concession
Contract No: MATT/CCAP/003 Amendment
Title:
Cannon and Ammunition Qualification Programme — TPPR
V.2)Award of contract/concession
V.2.1)Date of contract award decision:09/06/2016
V.2.2)Information about tendersThe contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor/concessionaireThe contractor/concessionaire will be an SME: no
V.2.4)Information on value of the contract/lot/concession (excluding VAT)Total value of the contract/lot/concession: 32 841 629.00 EUR
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at: www.contracts.mod.uk The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
From 2.4.2014, the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.
https://www.gov.uk/government/publications/government-security-classifications
The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.
Advertising Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-2016610-DCB-8340377.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Ministry of Defence, Land Equipment, Scout Specialist Vehicle (Scout SV) Team
Postal address: Abbey Wood, Spruce 1C, Mailpoint #1115
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
E-mail:
DESLEAVP-SV-Comrcl@mod.ukTelephone: +44 3067987697
VI.4.2)Body responsible for mediation proceduresOfficial name: Ministry of Defence, Land Equipment, Scout Specialist Vehicle (Scout SV) Team
Postal address: Abbey Wood, Spruce 1C, Mailpoint #1115
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
E-mail:
DESLEAVP-SV-Comrcl@mod.ukTelephone: +44 3067987697
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Ministry of Defence, Land Equipment, Scout Specialist Vehicle (Scout SV) Team
Postal address: Abbey Wood, Spruce 1C, Mailpoint #1115
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
E-mail:
DESLEAVP-SV-Comrcl@mod.ukTelephone: +44 3067987697
VI.5)Date of dispatch of this notice:10/06/2016