Tender

For the Combined Support of V/UHF Communications Equipment

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

07 Mar 2023 at 17:19

Summary of the contracting process

The Ministry of Defence is seeking a contractor for the combined support of very high frequency and ultra high frequency communications equipment for the LPD class. The procurement stage is a limited negotiated procedure without prior publication. The tender deadline is 17th March 2023, and the contract period is from 1st April 2023 to 31st March 2027. The total contract value is £2,566,000 GBP, and the procurement falls under maintenance services of radio-communications equipment category.

This tender opportunity by the Ministry of Defence offers potential for business growth in the radio-communications equipment maintenance sector. Companies with expertise in repairing and supporting legacy V/UHF equipment are well-suited to compete. Small and medium-sized enterprises (SMEs) can particularly benefit from this opportunity. The contracting authority is the Ministry of Defence, based in Bristol, England.

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

For the Combined Support of V/UHF Communications Equipment

Notice Description

Contract for the repair and technical support of the legacy very high frequency and ultra high frequency (V/UHF) equipment for the LPD class. 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 Park Air Systems Ltd ("the Contractor") for the combined support of very high frequency and ultra high frequency (VUHF) communications equipment. The Contract will extend the services currently provided to the Authority by the Contractor for a further period of two years to 31st March 2025 with a further two option years included to 31 March 2027. A separate contract (CSA/1093) for V/UHF Capability Replacement (VCR) project is rolling out to MCMV's, Type 23s and RFA Platforms however the Landing Platform Dock (LPD) class (HMS Albion and HMS Bulwark) is not included in the scope. Therefore, the purpose of the Contract is for repair and technical support of the legacy V/UHF equipment for the LPD class. 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 (in particular 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 in accordance with the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 because the Contract may be awarded only to the Contractor for technical reasons. This is on the basis that the Contractor, the Original Equipment Manufacturer (OEM), for this equipment, have sole capability of performing the contract. No other supplier has access to the specific repair moulds or any information to reverse engineer as these are bespoke to Contractor. Replacement of the existing legacy equipment is now done through repair and parts salvaged from items deemed beyond economical repair with no spares supply available on the market. The Contractor owns the IPR imbedded in the software within the legacy equipment, own all supporting documentation/manuals needed to maintain it and possess the SQEP technical expertise to carry out the repair activity at the sole repair facility.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-d66faf04-2619-4dcb-84c9-4f793bf19192
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/3042bc98-e798-4f0e-8d08-a1b21c39576b
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

50 - Repair and maintenance services


CPV Codes

50333000 - Maintenance services of radio-communications equipment

Notice Value(s)

Tender Value
£2,566,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Mar 20232 years ago
Submission Deadline
17 Mar 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2023 - 31 Mar 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-d66faf04-2619-4dcb-84c9-4f793bf19192-2023-03-07T17:19:19Z",
    "date": "2023-03-07T17:19:19Z",
    "ocid": "ocds-b5fd17-d66faf04-2619-4dcb-84c9-4f793bf19192",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_357908/1188562",
        "title": "For the Combined Support of V/UHF Communications Equipment",
        "description": "Contract for the repair and technical support of the legacy very high frequency and ultra high frequency (V/UHF) equipment for the LPD class. 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 Park Air Systems Ltd (\"the Contractor\") for the combined support of very high frequency and ultra high frequency (VUHF) communications equipment. The Contract will extend the services currently provided to the Authority by the Contractor for a further period of two years to 31st March 2025 with a further two option years included to 31 March 2027. A separate contract (CSA/1093) for V/UHF Capability Replacement (VCR) project is rolling out to MCMV's, Type 23s and RFA Platforms however the Landing Platform Dock (LPD) class (HMS Albion and HMS Bulwark) is not included in the scope. Therefore, the purpose of the Contract is for repair and technical support of the legacy V/UHF equipment for the LPD class. 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 (in particular 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 in accordance with the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 because the Contract may be awarded only to the Contractor for technical reasons. This is on the basis that the Contractor, the Original Equipment Manufacturer (OEM), for this equipment, have sole capability of performing the contract. No other supplier has access to the specific repair moulds or any information to reverse engineer as these are bespoke to Contractor. Replacement of the existing legacy equipment is now done through repair and parts salvaged from items deemed beyond economical repair with no spares supply available on the market. The Contractor owns the IPR imbedded in the software within the legacy equipment, own all supporting documentation/manuals needed to maintain it and possess the SQEP technical expertise to carry out the repair activity at the sole repair facility.",
        "datePublished": "2023-03-07T17:19:19Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50333000",
            "description": "Maintenance services of radio-communications equipment"
        },
        "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"
                    }
                ]
            }
        ],
        "value": {
            "amount": 2566000,
            "currency": "GBP"
        },
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated procedure without prior publication (above threshold)",
        "tenderPeriod": {
            "endDate": "2023-03-17T10:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-04-01T00:00:00+01:00",
            "endDate": "2027-03-31T23:59:59+01:00"
        },
        "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/3042bc98-e798-4f0e-8d08-a1b21c39576b",
                "datePublished": "2023-03-07T17:19:19Z",
                "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": {
                "name": "Vikki Bessell",
                "email": "vikki.bessell100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-199712",
        "name": "Ministry of Defence"
    }
}