By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Emergency Personal Locator Beacons (EPLB).

Contract award notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Ministry of Defence, Air Support
Walnut 0C, #1032, MOD Abbey Wood
Contact point(s): DES APS-CM1B
For the attention of: Mr Ryan Robles
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067934897
E-mail:

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Emergency Personal Locator Beacons (EPLB).
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UK

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Rescue and emergency equipment. The Ministry of Defence (MoD) has a requirement to procure an Emergency Personal Locator Beacon System (EPLB) The purpose of the EPLB is to replace the now obsolete SARBE 7 aircrew locator beacon. The EPLB forms a critical element of the overall end-to-end system to locate personnel in distress, forming the start of the rescue chain as the item carried by the aircrew. In this role, the EPLB must perform two high level critical functions. Firstly it must alert rescue authorities to a current situation and subsequently it must provide the means to locate personnel. Both of these functions must be achieved in a timely and reliable manner, noting that in most situations every second counts. The MOD expects delivery of this high confidence, fit for purpose system to be achieved within circa 2 years, and against a rough budget of £10M (both figures are indicative only and do not represent targets or boundaries)
The broad requirements which suppliers must be aware of can be split into two areas:
1. System requirements
a. The MoD requires all systems to be activated with minimal user intervention, however a subset must have the facility to be fully auto-activated (i.e. no user intervention) when used on ejection seat aircraft.
b. All systems will need to be COSPAS-SARSAT compliant, although the MoD will be placing additional specific requirements on the performance of the system in relation to its 406 MHz signal. In particular, there will be a requirement to utilise both LEO and GEO constellations to the fullest possible extent.
c. Systems must be capable of providing a homing signal on 121.5 Mhz and most likely on 243 Mhz. The 243 Mhz requirement will be confirmed at Invitation to Tender (ITT).
d. A voice capability for the system is not required. Any system offered which has this capability will still be considered however it is likely that any voice related capabilities will not attract markings for tender assessment purposes. Any changes to this requirement will be made clear at ITT.
e. All systems must be integrated into the MoD's existing aircrew clothing and equipment, although the MoD will consider requirements for reasonable modifications to any or all of these items. When assessing the tender responses, scoring will take account of the associated scale, costs and risks of any proposed modifications.
2. Competitive tender requirements
a. Tenderers may put forward a tender proposal comprising 1 system type covering both activation requirements (fully automatic and minimal user intervention) or 2 system types, one for each. Tenders must however cover both activation types in full to be eligible for further consideration.
b. Normal defence procurement calls for extensive documentation and supporting evidence to be provided against military standards. For this procurement, the MoD wishes to make clear that whilst an element of this will still be required, wherever possible requirements will be aligned to commercial/industrial equivalents.
c. Technical requirements will be articulated as mandatory (non-negotiable) or given a priority and shall be tradable by potential suppliers in accordance with their proposed solution. Full details of the requirements, priorities and assessment criteria will be provided in the ITT. The MoD wishes to make clear it intends to be flexible in some areas of the requirement, allowing time, cost and performance to be balanced appropriately.
d. The system(s) are required to be delivered as soon as possible, but tenderers responses will be carefully reviewed to ensure an acceptable balance between timescales and risk to successful delivery.
The EPLB requirement is based on a system level equipment solution, with system defined as beacon with additional remote antenna. The system (or systems - see point 1a above) must be integrated with the various types of survival equipment and clothing worn by MoD aircrew and should require minimal or no user input when deployed in an emergency. Due to time constraints, it is expected that tenders will be based on provision of existing COTS/MOTS products or will be a development programme drawing from existing product design/experience/knowledge.
The MoD may issue a Pre-Qualification Questionnaire (PQQ) to those suppliers who have expressed an interest in order that they are able to demonstrate a sufficient level of competence for inclusion in any ITT. To demonstrate supplier competence, the MoD will be looking for evidence of technical expertise in EPLB system design, integration and engineering. This must be supported with evidence of EPLB manufacture, support and overall project management through life. To support the assessment of competency, the MoD intends to request, at both PQQ (if utilised) and ITT, that suppliers provide examples of their current PLB products (it is not necessary that these products meet the MoD's requirements at these stages). The number of suppliers invited to Tender may also need to be limited and if this is the case, the criteria for making that down selection will be fully documented in any PQQ.
Potential suppliers should express their interest by letter or email to the MoD to be received no later than 1200 on 21 st November 2012. Those expressing interest are strongly encouraged to attend an Industry Briefing which will be held during the first 2 weeks of December. This Industry Briefing is likely to be held in Bristol, with exact date and details to be confirmed shortly after 21 st Nov. Following this industry briefing, a PQQ may be issued and suppliers would be required to respond to this during the first months of 2013.
II.1.5)Common procurement vocabulary (CPV)

35112000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 10 569 061,36 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. System Requirements. Weighting 22
2. DIDs. Weighting 60
3. Commercial. Weighting 2
4. Finance. Weighting 16
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
APSCM1/0015
IV.3.2)Previous publication(s) concerning the same contract
no

Section V: Award of contract

Contract No: APSCM1/0015
V.1)Date of contract award decision:
25.6.2014
V.2)Information about offers
Number of offers received: 3
Number of offers received by electronic means: 3
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Ferranti Technologies Limited
Cairo House, Greenacres Road, Waterhead
OL4 3JA Oldham
UNITED KINGDOM
Telephone: +44 1616240281
Internet address: www.ferranti-technologies.co.uk
Fax: +44 1616245244

V.4)Information on value of contract
Total final value of the contract:
Value: 10 569 061,36 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Value excluding VAT 7 800 000 GBP
Short description of the value/proportion of the contract to be sub-contracted: Sub-contracted to:
Elbit Systems EW and SIGINT - Elisra
48 Mivtza Kadesh St.
Bene Beraq 51203
Israel

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).However, any selection of tenderers will be based solely on the criteria set out for the procurement,and the contract will be awarded on the basis of the most economically advantageous tender. GO Reference: GO-201485-DCB-5897275
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

Ministry of Defence, Air Support
Walnut 0c, #1032, MOD Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail:
Telephone: +44 3067934897

VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
5.8.2014

Other interesting websites