Tender

Ship Sensor and Monitoring System placement of EID and Two-year extension

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

15 Mar 2023 at 11:52

Summary of the contracting process

The Ministry of Defence, through the Communications & Situational Awareness Project Team within Defence Equipment & Support, is conducting a procurement process for the maintenance services of radio-communications equipment. The title of the tender is "Ship Sensor and Monitoring System placement of EID and Two-year extension". The procurement method is a negotiated procedure without prior publication, with a total contract value of £4.9 million. The contract period spans from April 10, 2023, to March 14, 2025, with the tender submission deadline set for March 29, 2023.

This opportunity presented by the Ministry of Defence is well-suited for businesses involved in maintenance services of radio-communications equipment. The procurement stage is at a tendering phase, offering business growth potential to companies specializing in the maintenance and support of ship sensors and monitoring systems. Businesses with expertise in providing through-life maintenance and support services to defence projects, especially related to T45 and QEC Classes, would find this tender suitable for their participation and expansion of their portfolio.

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

Ship Sensor and Monitoring System placement of EID and Two-year extension

Notice Description

Ship sensor and Monitoring System placement of EID and Two-year extension Additional information: The Secretary of State for Defence (the Authority) through the Communications & Situational Awareness (CSA) Project Team within Defence Equipment & Support (DE&S), intends to extend the extant Contract CSA/3060 with BAE Systems Surface Ships Limited (New Malden) ("the Contractor") for the continuing through-life maintenance and support, including spares provision, across T45 and QEC Classes for Ships Sensors and Monitoring Systems for a period of 2 (two) years from July 2023 until July 2025 in accordance with the intent in the original advert to contract for a period of 3 years with a possible additional 2 years; all within the advertised value of PS4.99M. In accordance with regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (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. This is because the Contractor is the Original Equipment Manufacturer (OEM) and Design Authority (DA) for each of the SSAMS systems. As such, it is the only company with the drawings/schematics, historic development and integration information, system expertise and test equipment to provide the necessary technical support to ensure that the SSAMS systems, the vessels in which they are fitted, and the aircraft operating from them all function together safely and comply with legislation, and, in the case of METOC, meet the Military Aviation Authority (MAA) requirements. Additionally, the Secretary of State for Defence (the Authority) through the Communications & Situational Awareness (CSA) Project Team within Defence Equipment & Support (DE&S), intends to amend the extant Contract CSA/3060 with BAE Systems Surface Ships Limited (New Malden) ("the Contractor") for the provision and support of a capability to enable the use of the Electronic Information Displays (EIDs) fitted to HMS Prince of Wales requiring development and integration of bespoke software and associated new hardware to a value of not more than PS0.6M (ex - VAT). This new capability will require the requisite regulatory certification before it is allowed onboard. A third-party would not possess the required equipment or system background knowledge to provide the advice or documentation required in order to achieve Safety Certification, Security Accreditation and interoperability of the equipment whilst ensuring functionality is maintained and remains certified through life.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-2b90ae46-86b9-40bc-929c-594db1c6538c
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/1f2bff41-bdeb-45c8-95b8-b7c19717d0e2
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
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50333000 - Maintenance services of radio-communications equipment

Notice Value(s)

Tender Value
£4,900,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Mar 20232 years ago
Submission Deadline
29 Mar 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
9 Apr 2023 - 14 Mar 2025 1-2 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
TLK South West (England)

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-b5fd17-2b90ae46-86b9-40bc-929c-594db1c6538c-2023-03-15T11:52:15Z",
    "date": "2023-03-15T11:52:15Z",
    "ocid": "ocds-b5fd17-2b90ae46-86b9-40bc-929c-594db1c6538c",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_356825/1191882",
        "title": "Ship Sensor and Monitoring System placement of EID and Two-year extension",
        "description": "Ship sensor and Monitoring System placement of EID and Two-year extension Additional information: The Secretary of State for Defence (the Authority) through the Communications & Situational Awareness (CSA) Project Team within Defence Equipment & Support (DE&S), intends to extend the extant Contract CSA/3060 with BAE Systems Surface Ships Limited (New Malden) (\"the Contractor\") for the continuing through-life maintenance and support, including spares provision, across T45 and QEC Classes for Ships Sensors and Monitoring Systems for a period of 2 (two) years from July 2023 until July 2025 in accordance with the intent in the original advert to contract for a period of 3 years with a possible additional 2 years; all within the advertised value of PS4.99M. In accordance with regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (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. This is because the Contractor is the Original Equipment Manufacturer (OEM) and Design Authority (DA) for each of the SSAMS systems. As such, it is the only company with the drawings/schematics, historic development and integration information, system expertise and test equipment to provide the necessary technical support to ensure that the SSAMS systems, the vessels in which they are fitted, and the aircraft operating from them all function together safely and comply with legislation, and, in the case of METOC, meet the Military Aviation Authority (MAA) requirements. Additionally, the Secretary of State for Defence (the Authority) through the Communications & Situational Awareness (CSA) Project Team within Defence Equipment & Support (DE&S), intends to amend the extant Contract CSA/3060 with BAE Systems Surface Ships Limited (New Malden) (\"the Contractor\") for the provision and support of a capability to enable the use of the Electronic Information Displays (EIDs) fitted to HMS Prince of Wales requiring development and integration of bespoke software and associated new hardware to a value of not more than PS0.6M (ex - VAT). This new capability will require the requisite regulatory certification before it is allowed onboard. A third-party would not possess the required equipment or system background knowledge to provide the advice or documentation required in order to achieve Safety Certification, Security Accreditation and interoperability of the equipment whilst ensuring functionality is maintained and remains certified through life.",
        "datePublished": "2023-03-15T11:52:15Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50333000",
            "description": "Maintenance services of radio-communications equipment"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "BS34 8JH"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 4900000,
            "currency": "GBP"
        },
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated procedure without prior publication (above threshold)",
        "tenderPeriod": {
            "endDate": "2023-03-29T23:59:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-04-10T00:00:00+01:00",
            "endDate": "2025-03-14T23:59:59Z"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/1f2bff41-bdeb-45c8-95b8-b7c19717d0e2",
                "datePublished": "2023-03-15T11:52:15Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-199712",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Ships, Maritime Combat Systems (MCS) Team, Communications and Situational Awareness (CSA) #3213 Ash 2C, Abbey Wood South",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "Alan.rowell847@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-199712",
        "name": "Ministry of Defence"
    }
}