Tender

WECDIS VTN

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

20 Oct 2023 at 11:34

Summary of the contracting process

The Ministry of Defence is conducting a procurement process for the project titled "WECDIS VTN" in the navigation services industry category. This project involves the combined support of WECDIS Type Approval Upgrade for ROYAL NAVY WARSHIP ELECTRONIC CHART DISPLAY AND INFORMATION SYSTEM (RN-WECDIS) AND WARSHIP AUTOMATIC IDENTIFICATION SYSTEM (WAIS) OBSOLESCENCE RECOVERY. The procurement method is a negotiated procedure without prior publication, with a contract value of approximately £10 million. The tender period ends on 3rd November 2023, and the contract period is set from 6th November 2023 to 8th November 2027.

This tender offers an opportunity for businesses in the navigation services sector to participate in a critical project for the Ministry of Defence. Companies specialising in navigation systems and software installations, particularly with experience in ECPINS software integration, are well-suited to compete. With the project's emphasis on fleet-wide upgrades and regulatory compliance, businesses that can deliver innovative solutions within tight timeframes will be most competitive in securing this lucrative contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
    }
}