Tender

VOLUNTARY TRANSPARENCY NOTICE: MODE 5 IDENTIFICATION FRIEND OR FOE (IFF) INTERIM IN SERVICE SUPPORT (ISS)

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

06 Jun 2024 at 10:33

Summary of the contracting process

The Ministry of Defence has issued a VOLUNTARY TRANSPARENCY NOTICE for a procurement process titled MODE 5 IDENTIFICATION FRIEND OR FOE (IFF) INTERIM IN SERVICE SUPPORT. The contract falls under the industry category of Radio, television, communication, telecommunication, and related equipment, with maintenance and repair services. The procurement method is direct, using a Single tender action approach. The contract period is set to start on October 1, 2025, and end on September 30, 2027, with a tender deadline of September 30, 2025.

This tender by the Ministry of Defence provides a business opportunity for organisations involved in the supply and support of Identification Friend or Foe (IFF) hardware, software, and ancillaries. Businesses offering maintenance services in the communication equipment sector will find this tender well-suited for potential growth. The direct procurement method allows for a focused approach, and the 2-year contract duration with a possible extension offers stability for interested suppliers.

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

Notice Title

VOLUNTARY TRANSPARENCY NOTICE: MODE 5 IDENTIFICATION FRIEND OR FOE (IFF) INTERIM IN SERVICE SUPPORT (ISS)

Notice Description

VOLUNTARY TRANSPARENCY NOTICE (VTN) TO PLACE A SINGLE SOURCE CONTRACT FOR MODE 5 IDENTIFICATION FRIEND OR FOE (IFF) INTERIM IN SERVICE SUPPORT (ISS). Air Platform Systems Delivery Team (APS DT), part of the Ministry of Defence ("the Authority"), intends to place a 2-year (with an additional 1-year option) interim in service support contract with Leonardo Electronics UK Ltd (LEUK) for the through-life support of LEUK supplied Identification Friend or Foe (IFF) hardware, software, ancillaries and training systems. This includes maintenance, technical engineering, software support, training, and associated software updates. LEUK are responsible for the delivery, embodiment and platform integration of this capability across multiple domains and platforms to provide critical operational capability to Defence. The Authority has determined this single source contract is excluded from Defence and Security Public Contracts Regulations 2011 under Regulation7(1)(a) in conjunction with Regulation 6(3A) (a). In addition, a "Warlike Stores" exemption under regulation 6(3A) (b) applies.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-6fd9ab9f-f0bc-45ba-bc6c-3003a1d3cb4c
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/5f3288ff-8f39-47eb-ac60-71bc078470cd
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Single tender action (below threshold)
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

50 - Repair and maintenance services


CPV Codes

32000000 - Radio, television, communication, telecommunication and related equipment

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
£16,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Jun 20241 years ago
Submission Deadline
30 Sep 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Sep 2025 - 30 Sep 2027 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
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-b5fd17-6fd9ab9f-f0bc-45ba-bc6c-3003a1d3cb4c-2024-06-06T11:33:44+01:00",
    "date": "2024-06-06T11:33:44+01:00",
    "ocid": "ocds-b5fd17-6fd9ab9f-f0bc-45ba-bc6c-3003a1d3cb4c",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_399335/1303281",
        "title": "VOLUNTARY TRANSPARENCY NOTICE: MODE 5 IDENTIFICATION FRIEND OR FOE (IFF) INTERIM IN SERVICE SUPPORT (ISS)",
        "description": "VOLUNTARY TRANSPARENCY NOTICE (VTN) TO PLACE A SINGLE SOURCE CONTRACT FOR MODE 5 IDENTIFICATION FRIEND OR FOE (IFF) INTERIM IN SERVICE SUPPORT (ISS). Air Platform Systems Delivery Team (APS DT), part of the Ministry of Defence (\"the Authority\"), intends to place a 2-year (with an additional 1-year option) interim in service support contract with Leonardo Electronics UK Ltd (LEUK) for the through-life support of LEUK supplied Identification Friend or Foe (IFF) hardware, software, ancillaries and training systems. This includes maintenance, technical engineering, software support, training, and associated software updates. LEUK are responsible for the delivery, embodiment and platform integration of this capability across multiple domains and platforms to provide critical operational capability to Defence. The Authority has determined this single source contract is excluded from Defence and Security Public Contracts Regulations 2011 under Regulation7(1)(a) in conjunction with Regulation 6(3A) (a). In addition, a \"Warlike Stores\" exemption under regulation 6(3A) (b) applies.",
        "datePublished": "2024-06-06T11:33:44+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "32000000",
            "description": "Radio, television, communication, telecommunication and related equipment"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "50000000",
                "description": "Repair and maintenance 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": 10000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 16000000,
            "currency": "GBP"
        },
        "procurementMethod": "direct",
        "procurementMethodDetails": "Single tender action (below threshold)",
        "tenderPeriod": {
            "endDate": "2025-09-30T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2025-10-01T00:00:00+01:00",
            "endDate": "2027-09-30T23:59:59+01:00"
        },
        "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/5f3288ff-8f39-47eb-ac60-71bc078470cd",
                "datePublished": "2024-06-06T11:33:44+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-285548",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Walnut 3b, NH1, MOD Abbey Wood (South)",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "bryn.williams176@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-285548",
        "name": "Ministry of Defence"
    }
}