The Provision of In-Service Support for INVISIO headsets
A Contract Award Notice
by MINISTRY OF DEFENCE
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- not specified
- Value
- £10M
- Sector
- DEFENCE
- Published
- 22 Aug 2023
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
Surrey, East and West Sussex: Rehill, Surrey
1 buyer
- MOD Bristol
1 supplier
- Marlborough Communications Redhill
Description
The TacSys Service Executive (SE) within Defence Digital, part of the UK Ministry of Defence (MOD), intends to place with Marlborough Communications Ltd a 12-month contract for the provision of technical support services to Invisio Headsets
Award Detail
1 | Marlborough Communications (Redhill)
|
CPV Codes
- 50660000 - Repair and maintenance services of military electronic systems
Legal Justification
A Single Source contract with Marlborough Communications Ltd (MCL) for the Invisio Headset is justified as competition is absent for the following reasons: Design Support: INVISIO© A/S Denmark who own the Intellectual Property Rights of the INVISIO Headset system have appointed MCL as their UK partner and are not prepared to licence other suppliers to support or supply the equipment. Repair: Due to the complexity of the equipment, MCL as the Co-ordinating designer, are the only contractor with the technical ability to undertake repair, maintenance and overhaul activities as they are the only company that supply this equipment. Any other contractor would require a licence from INVISIO®A/S to obtain the drawings and list of spare parts required to undertake design and manufacture activities which is unlikely to be approved by INVISIO due to the presence of MCL with whom they have an agreement. Safety: To compete this requirement would introduce the possibility of contravention of the CNAWR and the Defence Safety Authority (DSA) regulations as it would not be possible to ensure that another contractor would be sufficiently qualified, within the requisite timeframes, to undertake design and manufacture activities without including an associated unacceptable level of risk. This would result in the Authority not being able to fulfil CNAWR safety requirements which must be fulfilled to ensure the safe functioning of the forces. To comply with the CNAWR the principles of As Low As Reasonably Practicable (ALARP) must be adhered to. Reasonably practicable involves weighing a risk against the trouble, time and money needed to control it. Thus, ALARP describes the level to which the Authority expect to see workplace risks controlled. d. The Law requires that Safety and Risk to Life are managed to an ALARP status. This requires evidence of speed of response and that the costs are not disproportionate to the benefit achieved. To compete this requirement would introduce the possibility of contravention of the CNAWR and the DSA regulations as it would not be possible to ensure that another contractor could be sufficiently qualified within the requisite timeframes to undertake design and manufacture activities without including an associated unacceptable level of risk. This would result in the Authority not being able to fulfil CNAWR safety requirements which must be fulfilled to ensure the safe functioning of the forces
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. **
Reference
- ocds-h6vhtk-03d380
- FTS 024598-2023