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:
SA80 Equipped to Fight Improvement Programme.
Reference number: SSP/00181
II.1.2)Main CPV code35300000 Weapons, ammunition and associated parts
II.1.3)Type of contractServices
II.1.4)Short description:
The Dismounted Close Combat Programme team, part of the UK Ministry of Defence, intends to place a contract for the Equipped to Fight Improvement (EFI) programme for the modification of 5 000 SA80 weapons with Heckler & Koch GMBH & Co for work to be completed by March 2017. The estimated contract value is 2 700 000 GBP. The contract will require the supplier to modify the existing SA80 A2 weapon by fitting a combination of new and modified components. Specific tolerances of materials are needed along with exact dimensions and surface finishes on the components to allow for interoperability with the existing system, particularly when managing the variable interface caused by differing rates of wear of existing components which are recycled as part of the programme.
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: 2 700 000.00 GBP
II.2)Description
II.2.3)Place of performanceNUTS code: UKK1 Gloucestershire
Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.
II.2.4)Description of the procurement:
The Dismounted Close Combat Programme team, part of the UK Ministry of Defence, intends to place a contract for the Equipped to Fight Improvement (EFI) programme for the modification of 5 000 SA80 weapons with Heckler & Koch GMBH & Co for work to be completed by March 2017. The estimated contract value is 2 700 000 GBP. The contract will require the supplier to modify the existing SA80 A2 weapon by fitting a combination of new and modified components. Specific tolerances of materials are needed along with exact dimensions and surface finishes on the components to allow for interoperability with the existing system, particularly when managing the variable interface caused by differing rates of wear of existing components which are recycled as part of the programme. There are very high risks involved in managing the variable tolerances and manufacturing processes when combining new and existing weapon components.
II.2.5)Award criteria
II.2.11)Information about optionsOptions: no
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 that this contract can 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 of the Council (Regulation 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011) for technical reasons.
This is because the contract will require the supplier to modify the existing SA80 A2 weapon by fitting a combination of new and modified components. Specific tolerances of materials are needed along with exact dimensions and surface finishes on the components to allow for interoperability with the existing system, particularly when managing the variable interface caused by differing rates of wear of existing components which are recycled as part of the programme. There are very high risks involved in managing the variable tolerances and manufacturing processes when combining new and existing weapon components. A Manufacturers Data Pack for the full SA80 EFI package is not held by the Ministry of Defence. Heckler & Koch, as OEM, hold the technical specifications and knowledge of the manufacturing processes which are required to ensure interoperability of the EFI components with the existing weapon system. Heckler & Koch is therefore the only supplier who has the necessary technical information to manufacture the new components and manage the associated integration and configuration risks.
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
V.2)Award of contract/concession
V.2.1)Date of contract award decision:17/08/2016
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/concessionaireOfficial name: H&K NSAF Limited
Postal address: Unit 3, Easter Park, Lenton Lane
Town: Nottingham
NUTS code: UKF14 Nottingham
Postal code: NG7 2PX
Country: United Kingdom
The 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: 2 700 000.00 GBP
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
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. The link below to the Gov.uk website provides information on the Government Security Classification.
https://www.gov.uk/government/publications/government-security-classifications
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-2016822-DCB-8672812.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)
Postal address: Elm 3c #4325, MOD Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
E-mail:
DESLESTSP-DCC-Comrcl3@mod.ukTelephone: +44 3067937585
VI.4.2)Body responsible for mediation proceduresOfficial name: Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC)
Postal address: Elm 3c #4325, MOD Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
VI.5)Date of dispatch of this notice:22/08/2016