Littoral Post Design Services Support

A Voluntary Ex-Ante Transparency (VEAT) Notice
by MINISTRY OF DEFENCE

Source
Find a Tender
Type
Contract (Supply)
Duration
not specified
Value
£20M
Sector
DEFENCE
Published
01 Sep 2021
Delivery
not specified
Deadline
n/a

Concepts

Location

Björnavägen, Sweden

Geochart for 2 buyers and 1 suppliers

2 buyers

1 supplier

Description

Design services as to military vehicles. The services shall be for an initial period of 5 years, 2 months commencing 1st February 2022 with a further two optional years.

Total Quantity or Scope

The Contractor is to provide Post Design Services (PDS) to the Authority regarding all variants of the following vehicle platforms: Viking; BV206; BRV; and Future All Terrain Vehicle (FATV). Post Design Services (PDS) ensure that modifications and minor design alterations (arising out of compliance with safety legislation or desired requirements or performance enhancements) are properly appraised and, where approved, implemented while preserving platform capabilities. The Contractor shall be the Design Authority (DA) for the platforms and shall maintain design, manufacturing data and configuration control. Reference equipment shall be utilised as necessary.

Award Detail

1 BAE Systems Hägglunds (Björnavägen)
  • Littoral Post Design Services Support
  • Reference: 701578551
  • Value: £19,526,632
  • Subcontracting opportunities are expected.

Renewal Options

The services shall be for an initial period of 5 years, 2 months commencing 1st February 2022. There are two optional years. The maximum duration of the contract will be 7 years 2 months. The vehicle platforms Viking, BV206 and BRV shall be supported for the duration of the contract. Vehicle platform FATV shall be supported in year 3 and subsequently. The service includes CORE services (maintenance of records, technical support, maintaining reference fleet of vehicles etc.). Optionally, NON-CORE ad hoc services may also be required. The Authority has the option to purchase NON-CORE services for the initial period of the contract. For Option Year 1 the Authority has the option to purchase CORE and NON-CORE services. For Option Year 2 the Authority has the option to purchase CORE and NON-CORE services. The maximum anticipated

CPV Codes

  • 35412100 - Infantry fighting vehicles
  • 35412200 - Armoured personnel carriers

Indicators

  • Options are available.

Other Information

The Cyber Risk Profile (as defined DEFSTAN 05/138) for this requirement is Very Low. The Cyber Risk Assessment Reference is RAR-206864631 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

Reference

Domains