Notice Information
Notice Title
WECDIS VTN
Notice Description
Software Installation Additional information: The Communications & Situational Awareness (CSA) Project Team within Defence Equipment & Support (DE&S), part of the UK Ministry of Defence, ("the Authority") intends to award a contract (the Contract) to OSI Maritime Systems Ltd ("the Contractor") for the combined support of WECDIS Type Approval Upgrade ROYAL NAVY WARSHIP ELECTRONIC CHART DISPLAY AND INFORMATION SYSTEM (RN-WECDIS) AND WARSHIP AUTOMATIC IDENTIFICATION SYSTEM (WAIS) OBSOLESCENCE RECOVERY. In accordance with Regulation 4 of the Defence and Security Contracts (Amendment) (EU Exit) 2019 Regulations (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 as amended (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 (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for technical reasons. The value of the requirement is approximately PS10 million. Navigation capability on RN ships is a critical component of a ship's ability to operate and fight, hence any failure or degradation of these systems will place significant risk on the RN's ability to fulfil the Authority's required defence outcomes in accordance with the Authority's Defence Strategy and RN Command Plan. Both WECDIS and WAIS capabilities also require significant upgrades fleet-wide to overcome obsolescence and deliver regulatory compliance to new IMO standards being introduced by end-2028 whist utilising the common software provided by the Contractor . Only the Contractor can achieve ECPINS software integration of any obsolescence solution as they own the IPR imbedded in the software within the WECDIS and WAIS equipment, own all supporting documentation/manuals needed to maintain it and possess the SQEP technical expertise to carry out all activities of the work required and bespoke SQEP with capacity to provide training where necessary. The Authority does not have the necessary rights in the IPR to provide to a third party It is considered that only the Contractor can achieve delivery of this requirement within the timeframe available on all ships within scope, without considerable risk to the continued operation of the fleet. In addition, any approval for hardware to host OSI ECPINS software must be delivered with OSI support. As OEM for ECPINS software, OSI maintains the hardware Type Approved list. Any new hardware solution that isn't already on OSI's Type Approval list will incur at least 12 months additional integration, testing and certification activity before it can commence platform integration activity. Time is a huge consideration here as its imperative to re-gain IMO Safety of Life at Sea Accreditation.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-1d65813c-c125-4ff4-9db6-351a3865891f
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/6f7d2b8c-279e-4888-a2a4-9233efbe7434
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Negotiated procedure without prior publication (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
63 - Supporting and auxiliary transport services; travel agencies services
-
- CPV Codes
63724000 - Navigation services
Notice Value(s)
- Tender Value
- £6,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Oct 20232 years ago
- Submission Deadline
- 3 Nov 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 6 Nov 2023 - 8 Nov 2027 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS34 8JH
- Post Town
- Bristol
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK52 Bath & North East Somerset and South Gloucestershire
- Delivery Location
- Not specified
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/6f7d2b8c-279e-4888-a2a4-9233efbe7434
20th October 2023 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-1d65813c-c125-4ff4-9db6-351a3865891f-2023-10-20T12:34:48+01:00",
"date": "2023-10-20T12:34:48+01:00",
"ocid": "ocds-b5fd17-1d65813c-c125-4ff4-9db6-351a3865891f",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_394880/1272886",
"title": "WECDIS VTN",
"description": "Software Installation Additional information: The Communications & Situational Awareness (CSA) Project Team within Defence Equipment & Support (DE&S), part of the UK Ministry of Defence, (\"the Authority\") intends to award a contract (the Contract) to OSI Maritime Systems Ltd (\"the Contractor\") for the combined support of WECDIS Type Approval Upgrade ROYAL NAVY WARSHIP ELECTRONIC CHART DISPLAY AND INFORMATION SYSTEM (RN-WECDIS) AND WARSHIP AUTOMATIC IDENTIFICATION SYSTEM (WAIS) OBSOLESCENCE RECOVERY. In accordance with Regulation 4 of the Defence and Security Contracts (Amendment) (EU Exit) 2019 Regulations (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 as amended (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 (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for technical reasons. The value of the requirement is approximately PS10 million. Navigation capability on RN ships is a critical component of a ship's ability to operate and fight, hence any failure or degradation of these systems will place significant risk on the RN's ability to fulfil the Authority's required defence outcomes in accordance with the Authority's Defence Strategy and RN Command Plan. Both WECDIS and WAIS capabilities also require significant upgrades fleet-wide to overcome obsolescence and deliver regulatory compliance to new IMO standards being introduced by end-2028 whist utilising the common software provided by the Contractor . Only the Contractor can achieve ECPINS software integration of any obsolescence solution as they own the IPR imbedded in the software within the WECDIS and WAIS equipment, own all supporting documentation/manuals needed to maintain it and possess the SQEP technical expertise to carry out all activities of the work required and bespoke SQEP with capacity to provide training where necessary. The Authority does not have the necessary rights in the IPR to provide to a third party It is considered that only the Contractor can achieve delivery of this requirement within the timeframe available on all ships within scope, without considerable risk to the continued operation of the fleet. In addition, any approval for hardware to host OSI ECPINS software must be delivered with OSI support. As OEM for ECPINS software, OSI maintains the hardware Type Approved list. Any new hardware solution that isn't already on OSI's Type Approval list will incur at least 12 months additional integration, testing and certification activity before it can commence platform integration activity. Time is a huge consideration here as its imperative to re-gain IMO Safety of Life at Sea Accreditation.",
"datePublished": "2023-10-20T12:34:48+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "63724000",
"description": "Navigation services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 590000,
"currency": "GBP"
},
"value": {
"amount": 6000000,
"currency": "GBP"
},
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated procedure without prior publication (above threshold)",
"tenderPeriod": {
"endDate": "2023-11-03T11:59:00Z"
},
"contractPeriod": {
"startDate": "2023-11-06T00:00:00Z",
"endDate": "2027-11-08T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/6f7d2b8c-279e-4888-a2a4-9233efbe7434",
"datePublished": "2023-10-20T12:34:48+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-170074",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "England"
},
"contactPoint": {
"name": "Jordan Jones",
"email": "jordan.jones685@mod.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-170074",
"name": "Ministry of Defence"
}
}