Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)DES-Comrcl-CC-HOCS, C&C;
Rm 2.1.02, Kentigern House, 65 Brown Street
G2 8EX Glasgow
UNITED KINGDOM
Telephone: +44 1412242979
E-mail:
Fax: +44 1412242669
I.2)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local sub-divisions
I.4)Contract award on behalf of other contracting authoritiesThe 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 contractFuture Forces Broadcast Service (FFBS).
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 5: Telecommunications services
NUTS code UK
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)The notice involves contract(s) based on a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television. Broadcasting equipment. Broadcast production equipment. Radio broadcast receivers. Cable broadcasting lines. Ancillary works for broadcasting. Television and radio broadcast transmission services. Television broadcast transmission services. Radio broadcast transmission services. The Authority has a requirement to introduce a new media and communications service, which is currently being provided under the British Forces Broadcasting Service contract. The eventual prime contractor will be expected to produce, implement and maintain a service that delivers unclassified information, entertainment and education to the British Armed Forces community worldwide by means of audio and audio/visual content (including RN Ships in port and at sea). As part of the service, the contractor will be expected to consider technological developments and changing viewer/listener habits, in order to sustain operational effectiveness by contributing to morale and welfare of the serving population and their dependents. In addition, it will need to maintain a link between deployed personnel and home, and promoting an understanding of Defence business. The planning assumption for service entry is 1.4.2013. It is also expected that the final delivery system will need to be installed, implemented and maintained in UK Eyes Only areas, requiring appropriately security cleared personnel.
II.1.5)Common procurement vocabulary (CPV)32200000, 32210000, 32211000, 32310000, 45232320, 45232331, 64228000, 64228100, 64228200
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: 216 874 000 GBP
Excluding VAT
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of
As stated in the Invitation to Tender Documents. Weighting 100
IV.2.2)Information about electronic auctionAn electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authorityCTLBC/1403
IV.3.2)Previous publication(s) concerning the same contract Section V: Award of contract
Contract No: CTLBC/1403 V.1)Date of contract award decision:
V.2)Information about offersNumber of offers received: 1
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenServices Sound and Vision Corporation (SSVC)
Chalfont Grove, Narcot Lane, Gerrads Cross
SL9 8TN Chalfont St Peter
UNITED KINGDOM
Telephone: +44 1494878370
Fax: +44 1494878202
V.4)Information on value of contractTotal final value of the contract:
Value: 216 874 000 GBP
Excluding VAT
If annual or monthly value:
Number of years: 10
V.5)Information about subcontractingThe contract is likely to be sub-contracted: no
V.1)Date of contract award decision:
V.2)Information about offers
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken
V.4)Information on value of contract
V.5)Information about subcontracting
Section VI: Complementary information
VI.1)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:The contract will take the form of a Public Private Partnership (PPP) between the Authority and Contractor. The PPP will be for a period of 5 years up to a maximum of 10 years. The planning assumption is for the service to be fully operational on 1 April 2013, this will be preceded with a lead-in period to allow the contractor to make arrangements to ensure the successful and seamless introduction of the new service.
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
Advertising Regime OJEU: These contract opportunities are published in the Official Journal of the European Union (OJEU) and the MoD Defence Contracts Bulletin. The award of any subsequent contract arising from such requirements is subject to the Public Contract Regulations 2006. Where advertising is necessary in the OJEU and the DCB, the content of the two adverts must be exactly the same. GO Reference: GO-20121031-DCB-4356153.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal proceduresDES-Comrcl-CC-HOCS, C&C;
Rm 2.1.02, Kentigern House, 65 Brown Street
G2 8EX Glasgow
UNITED KINGDOM
E-mail:
Telephone: +44 1412242979
Fax: +44 1412242669
Body responsible for mediation procedures
DES-Comrcl-CC-HOCS, C&C;
Rm 2.1.02, Kentigern House, 65 Brown Street
G2 8EX Glasgow
UNITED KINGDOM
E-mail:
Telephone: +44 1412248351
Fax: +44 1412242669
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:31.10.2012