Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

VEAT

The Supply and In-Service Support Of the Soft Landing System (SLS)

  • First published: 01 June 2022
  • Last modified: 01 June 2022
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0341f2
Published by:
Ministry of Defence
Authority ID:
AA76012
Publication date:
01 June 2022
Deadline date:
-
Notice type:
VEAT
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Secretary of State for Defence intends to enter into a contract with Forest Safety Group Ltd (“Forest”) for the continued through-life support of existing fall bag Soft Landing Systems (“SLS”) including repair, maintenance, spares provision, training and technical support, together with the purchase of additional compatible SLS (“the Contract”). The duration of the new Contract will be five years together with two additional individual option years. The approximate value of the Contract is estimated to be £2.8 million ex VAT including the full exercise of the option years.

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 (in particular 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 regulations 16(1)(a)(ii) and 16(1)(b)(i) of the DSPCR 2011 for technical reasons and for the purchase of additional supplies.

In respect of the existing supplies of SLS, Forest is the owner of several patents and design rights for the SLS and has exclusivity arrangements for certain materials used in the SLS. The Authority does not have sufficient rights in the information in the SLS to provide to an alternative supplier to manufacture new SLS equipment and undertake the repair, maintenance, training and subsequent safety certification of the new or existing supplies to the reasonable satisfaction of the Authority.

Furthermore, as Design Authority only Forest has the accumulated expertise and technical know-how at its disposal required to undertake this work. This includes the intimate knowledge and understanding of the existing equipment used across the Authority’s platforms and the extreme range of operating environments and climactic conditions in which they are deployed, and for which the SLS have been specifically designed (to include impermeability to Aviation Fuel and paints, oils & lubricants, flame retardancy and UV stability).

In respect of the additional supplies, to obtain supplies from a different contractor would create disproportionate technical difficulties in the operation and maintenance of the existing equipment and potential unacceptable interoperability and compatibility risks between all such existing and new equipment both per platform and between platforms, especially considering the life-saving safety criticality of the equipment. Furthermore it would cause significant inconvenience and substantial duplication of costs for the Authority.

It is also vital that end users are trained and fully competent in the use of a single system. It would be impracticable and inadvisable for users to be trained to use more than one system.

An attempt to integrate and utilise different proprietary systems in the environments and conditions in which they are deployed could lead to mistakes and potentially pose a risk to life.

Full notice text

Voluntary ex ante transparency notice

Directive 2009/81/EC

Section I: Contracting authority

I.1) Name and addresses

Ministry of Defence

Bristol

UK

Contact person: Louise Burgwyn

E-mail: louise.burgwyn100@mod.gov.uk

NUTS: UK

Internet address(es)

Main address: www.gov.uk/government/ministry -of-defence

I.4) Type of the contracting authority

Other: N/A

I.5) Main activity

Other: N/A

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

The Supply and In-Service Support Of the Soft Landing System (SLS)

II.1.2) Main CPV code

35113000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The provision of new and continued through-life support of existing fall bag Soft Landing Systems (“SLS”) including repair, maintenance, spares provision, training and technical support.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 2 800 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

35113100

80550000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

The Secretary of State for Defence intends to enter into a contract with Forest Safety Group Ltd (“Forest”) for the continued through-life support of existing fall bag Soft Landing Systems (“SLS”) including repair, maintenance, spares provision, training and technical support, together with the purchase of additional compatible SLS (“the Contract”). The duration of the new Contract will be five years together with two additional individual option years. The approximate value of the Contract is estimated to be £2.8 million ex VAT including the full exercise of the option years.

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 (in particular 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 regulations 16(1)(a)(ii) and 16(1)(b)(i) of the DSPCR 2011 for technical reasons and for the purchase of additional supplies.

In respect of the existing supplies of SLS, Forest is the owner of several patents and design rights for the SLS and has exclusivity arrangements for certain materials used in the SLS. The Authority does not have sufficient rights in the information in the SLS to provide to an alternative supplier to manufacture new SLS equipment and undertake the repair, maintenance, training and subsequent safety certification of the new or existing supplies to the reasonable satisfaction of the Authority.

Furthermore, as Design Authority only Forest has the accumulated expertise and technical know-how at its disposal required to undertake this work. This includes the intimate knowledge and understanding of the existing equipment used across the Authority’s platforms and the extreme range of operating environments and climactic conditions in which they are deployed, and for which the SLS have been specifically designed (to include impermeability to Aviation Fuel and paints, oils & lubricants, flame retardancy and UV stability).

In respect of the additional supplies, to obtain supplies from a different contractor would create disproportionate technical difficulties in the operation and maintenance of the existing equipment and potential unacceptable interoperability and compatibility risks between all such existing and new equipment both per platform and between platforms, especially considering the life-saving safety criticality of the equipment. Furthermore it would cause significant inconvenience and substantial duplication of costs for the Authority.

It is also vital that end users are trained and fully competent in the use of a single system. It would be impracticable and inadvisable for users to be trained to use more than one system.

An attempt to integrate and utilise different proprietary systems in the environments and conditions in which they are deployed could lead to mistakes and potentially pose a risk to life.

II.2.5) Award criteria

Criteria below:

Price

II.2.11) Information about options

Options: Yes

Description of options:

2 additional years on an annual basis (+1,+1)

II.2.13) Information about European Union funds

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure without publication of a contract notice

Justification for selected award procedure:

No tenders or no suitable tenders/requests to participate in response to negotiated procedure with prior publication of a contract notice

Explanation:

The Secretary of State for Defence intends to enter into a contract with Forest Safety Group Ltd (“Forest”) for the continued through-life support of existing fall bag Soft Landing Systems (“SLS”) including repair, maintenance, spares provision, training and technical support, together with the purchase of additional compatible SLS (“the Contract”). The duration of the new Contract will be five years together with two additional individual option years. The approximate value of the Contract is estimated to be £2.8 million ex VAT including the full exercise of the option years.

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 (in particular 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 regulations 16(1)(a)(ii) and 16(1)(b)(i) of the DSPCR 2011 for technical reasons and for the purchase of additional supplies.

In respect of the existing supplies of SLS, Forest is the owner of several patents and design rights for the SLS and has exclusivity arrangements for certain materials used in the SLS. The Authority does not have sufficient rights in the information in the SLS to provide to an alternative supplier to manufacture new SLS equipment and undertake the repair, maintenance, training and subsequent safety certification of the new or existing supplies to the reasonable satisfaction of the Authority.

Furthermore, as Design Authority only Forest has the accumulated expertise and technical know-how at its disposal required to undertake this work. This includes the intimate knowledge and understanding of the existing equipment used across the Authority’s platforms and the extreme range of operating environments and climactic conditions in which they are deployed, and for which the SLS have been specifically designed (to include impermeability to Aviation Fuel and paints, oils & lubricants, flame retardancy and UV stability).

In respect of the additional supplies, to obtain supplies from a different contractor would create disproportionate technical difficulties in the operation and maintenance of the existing equipment and potential unacceptable interoperability and compatibility risks between all such existing and new equipment both per platform and between platforms, especially considering the life-saving safety criticality of the equipment. Furthermore it would cause significant inconvenience and substantial duplication of costs for the Authority.

It is also vital that end users are trained and fully competent in the use of a single system. It would be impracticable and inadvisable for users to be trained to use more than one system.

An attempt to integrate and utilise different proprietary systems in the environments and conditions in which they are deployed could lead to mistakes and potentially pose a risk to life.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

Section V: Award of contract/concession

Contract No: 704025450

Title: The Supply and In-Service Support Of the Soft Landing System (SLS)

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

31/05/2022

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Forest Safety Group LTD

Unit 2 Ramsdale Road, Lower Tuffley Lane

Gloucester

GL2 5FE

UK

Telephone: +44 1531828960

E-mail: info@forestgroupuk.co.uk

NUTS: UK

Internet address(es)

URL: https://www.forestgroupuk.co.uk/

The contractor is an SME: Yes

V.2.4) Information on value of the concession and main financing terms (excluding VAT)

Total value of the concession/lot: 2 800 000.00  GBP

V.2.5) Information about subcontracting

The contract/concession is likely to be subcontracted

Section VI: Complementary information

VI.3) Additional information

The Secretary of State for Defence intends to enter into a contract with Forest Safety Group Ltd (“Forest”) for the continued through-life support of existing fall bag Soft Landing Systems (“SLS”) including repair, maintenance, spares provision, training and technical support, together with the purchase of additional compatible SLS (“the Contract”). The duration of the new Contract will be five years together with two additional individual option years. The approximate value of the Contract is estimated to be £2.8 million ex VAT including the full exercise of the option years.

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 (in particular 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 regulations 16(1)(a)(ii) and 16(1)(b)(i) of the DSPCR 2011 for technical reasons and for the purchase of additional supplies.

In respect of the existing supplies of SLS, Forest is the owner of several patents and design rights for the SLS and has exclusivity arrangements for certain materials used in the SLS. The Authority does not have sufficient rights in the information in the SLS to provide to an alternative supplier to manufacture new SLS equipment and undertake the repair, maintenance, training and subsequent safety certification of the new or existing supplies to the reasonable satisfaction of the Authority.

Furthermore, as Design Authority only Forest has the accumulated expertise and technical know-how at its disposal required to undertake this work. This includes the intimate knowledge and understanding of the existing equipment used across the Authority’s platforms and the extreme range of operating environments and climactic conditions in which they are deployed, and for which the SLS have been specifically designed (to include impermeability to Aviation Fuel and paints, oils & lubricants, flame retardancy and UV stability).

In respect of the additional supplies, to obtain supplies from a different contractor would create disproportionate technical difficulties in the operation and maintenance of the existing equipment and potential unacceptable interoperability and compatibility risks between all such existing and new equipment both per platform and between platforms, especially considering the life-saving safety criticality of the equipment. Furthermore it would cause significant inconvenience and substantial duplication of costs for the Authority.

It is also vital that end users are trained and fully competent in the use of a single system. It would be impracticable and inadvisable for users to be trained to use more than one system.

An attempt to integrate and utilise different proprietary systems in the environments and conditions in which they are deployed could lead to mistakes and potentially pose a risk to life.

VI.4) Procedures for review

VI.4.1) Review body

Ministry of Defence

Bristol

BS34 8JH

UK

VI.5) Date of dispatch of this notice

31/05/2022

Coding

Commodity categories

ID Title Parent category
35113000 Safety equipment Firefighting, rescue and safety equipment
80550000 Safety training services Training services
35113100 Site-safety equipment Safety equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
louise.burgwyn100@mod.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.