Hysbysiad tryloywder gwirfoddol ymlaen llaw
Adran I:
Awdurdod
contractio
I.1) Enw a chyfeiriad
Ministry of Defence
#3016 Ash0C NH3, MoD Abbey Wood, Bristol
Bristol
BS34 8JH
UK
Person cyswllt: Jack Barber
E-bost: jack.barber127@mod.gov.uk
NUTS: UKK11
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://des.mod.uk/
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Amddiffyn
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
MHC Procurement of TSC2002 IFF System & Associated Equipment - Amendment 1 - VTN
Cyfeirnod: 701162380
II.1.2) Prif god CPV
35512400
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
Procurement of TSC2002 IFF System & Associated Equipment
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 123 075.00 GBP
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKJ28
Prif safle neu fan cyflawni:
Manor Royal, Crawley, UK
II.2.4) Disgrifiad o’r caffaeliad
1 x TSC2002 IFF Transponder Unit and Associated Equipment
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Price
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Y weithdrefn a negodwyd heb gyhoeddi hysbysiad contract
Cyfiawnhau'r weithdrefn ddyfarnu a ddewiswyd:
Mae'r cynhyrchion dan sylw yn cael eu cynhyrchu at ddibenion ymchwil, arbrawf, astudio neu ddatblygu yn unig o dan yr amod a nodir yn y Gyfarwyddeb (ar gyfer cyflenwadau yn unig)
Esboniad:
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 (DSPCR) 2011 as amended (in particular by SI 2019/697 and SI 2020/1450). 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 DSPCR 2011 for technical reasons.
The Original Equipment Manufacturer (OEM), Thales UK and its parent company TDMS France are the only company which can supply the TSC2002 IFF equipment. This specific model of IFF is required to be issued by the Authority to TDMS France as GFE, as an element of the current phase of the joint UK/French Maritime Mine Countermeasures (MMCM) Contract.
The MMCM Programme is a collaborative contract between the UK and French Governments with Thales DMS France, for the design and manufacture of the next generation of autonomous underwater mine hunting capability. The Agreement stems from, and forms part of, the Lancaster House Agreement made between the UK and French nations and is based upon the idea of co-operation and collaboration between the two nations and their capabilities within this area.
The integration of the Thales UK TSC2002 is critical to ensure that the UK system has commonality, compatibility and interoperability with the French system, which is to include an identical type of IFF.
There is a strict technical impracticality for any other economic operator to undertake the work required within this proposed contract as the specific model of IFF system is proprietary to Thales UK and its parent company TDMS France. This specific model of IFF system is necessary for interoperability, compatibility and commonality purposes, in order to ensure successful testing and integration into the UK/French MMCM systems. Both the UK and French MMCM systems have been designed to use identical IFF models, in order to ensure their ability to communicate effectively and function interoperably, and so that the interface between the two systems can be maximised. The requirement for interoperability is contingent on Thales’ specific expertise of their system, and on this basis the use of an alternative supplier or equipment is not viable as they would not allow the same level of compatibility. Failure to provide the TSC2002 model of IFF would impact upon the upcoming production phase of the MMCM systems, which have been designed around the integration and use of this specific IFF system. The integration and use of alternative models of IFF systems would not be possible without significant redesign of the overall system, along with a change to the common Training DLOD and Support DLOD.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
Section V: Dyfarnu contract/consesiwn
Rhif Contract: 701162380
Teitl: MHC Procurement of TSC2002 IFF System and Associated Equipment
V.2 Dyfarnu contract/consesiwn
V.2.1) Y dyddiad y daeth y contract i ben/consesiwn
24/02/2022
V.2.2) Gwybodaeth am dendrau
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
Thales UK Limited
Thales UK, Manor Royal, Crawley
Crawley
RH10 9HA
UK
Ffôn: +44 1293581000
E-bost: crawley.reception@uk.thalesgroup.com
NUTS: UKJ28
Cyfeiriad(au) rhyngrwyd
URL: https://www.thalesgroup.com
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y consesiwn a’r prif delerau cyllido (heb gynnwys TAW)
Cyfanswm gwerth y consesiwn/lot: 123 075.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Mae’n debygol y /consesiwn caiff y contract ei is-gontractio
Section VI: Gwybodaeth ategol
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Ministry of Defence, Ships, Mine and Hydrographic Capability
MOD Abbey Wood, Bristol
Bristol
BS34 8JH
UK
E-bost: jack.barber127@mod.gov.uk
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
Ministry of Defence, Ships, Mine and Hydrographic Capability
MOD Abbey Wood, Bristol
Bristol
BS34 8JH
UK
E-bost: jack.barber127@mod.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
15/06/2022