Notice Information
Notice Title
Maritime Communication Capability Support
Notice Description
Maritime Communications Capability Support - Voluntary Transparency Notice to advise that the MCS Team intend to place a new support contract with Thales UK Ltd for continued in-service support of internal and external communication systems and equipment fitted to in-service Royal Navy (RN) Legacy, Type 45 Destroyer (T45) and Queen Elizabeth Class Aircraft Carrier (QEC) platforms. Additional information: The MCS Team, part of the United Kingdom Ministry of Defence (the "Authority") intends to place a new support contract with Thales UK Limited (company number 0868273) (the "Company") for continued in-service support (including maintenance and obsolescence management) of internal and external communication systems and equipment fitted to in-service Royal Navy (RN) Legacy, Type 45 Destroyer (T45) and Queen Elizabeth Class Aircraft Carrier (QEC) platforms. Such in-service support includes the provision of spare parts, repair and maintenance activity, and safety certification. The Maritime Communications Capability Support (MCCS) contract will provide continued in-service support and obsolescence management of the systems and equipment currently satisfied under the Fleet Wide Communications Contract. This will include core support of the Legacy, Type 45 and QEC Integrated Communications Systems (ICS), known as the Fully Integrated Communications System (FICS) on T45, comprising of components, software, electronic and electrical sub-systems, and providing in-service support to the KMY Replacement System(KRS) and V/UHF Communication Replacement System (VCR). The MCCS contract will incorporate additional non-core tasking, including obsolescence rectification. The MCCS contract has an estimated value of PS240 million (Two Hundred and Forty Million Pounds Sterling (ex VAT), and will have a term of 10 (ten) years plus 2 (two) option years to align with the Authority's technical refresh programme in respect of the equipment. The MCCS contract will also include an option for support to new platforms fitted with Thales UK Ltd communications equipment when brought into service.. Due to the classification of integrated equipment it is considered that the contract is exempt from Defence Security Public Contracting Regulations (DSPCR) 2011, under Regulation 7(1)(a) Disclosure of Information in conjunction with Regulation 6(3A)(a) Security of information for reasons connected with the protection of essential security interests. It is considered that the MCCS contract can be placed with Thales UK Limited as they are the only supplier who can meet the technical and national security requirements for the Contract. Thales UK Limited is the Design Authority and Original Equipment Manufacturer for much of the communications equipment including the Integrated Control System and has the accumulated technical data and knowledge required to support the communication equipment in accordance with the technical requirements of the contract. Placing the MCCS contract with Thales UK Ltd is critical to ensure the safety of personnel and the operational effectiveness of the platforms. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis and is published for reasons of transparency only. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to Thales UK Ltd.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-f116aa57-e283-4d11-bfd3-d61c574c1b6f
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/84da68ed-ba5d-449a-939f-0f76be3a7fcc
- 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
-
- CPV Codes
32570000 - Communications equipment
Notice Value(s)
- Tender Value
- £240,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 Apr 20232 years ago
- Submission Deadline
- 5 May 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Jul 2024 - 31 Jul 2034 Over 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/84da68ed-ba5d-449a-939f-0f76be3a7fcc
24th April 2023 - Opportunity notice on Contracts Finder -
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=56156
Link to the VTN within the Defence Sourcing Portal
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-f116aa57-e283-4d11-bfd3-d61c574c1b6f-2023-04-24T13:09:55+01:00",
"date": "2023-04-24T13:09:55+01:00",
"ocid": "ocds-b5fd17-f116aa57-e283-4d11-bfd3-d61c574c1b6f",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_365887/1206493",
"title": "Maritime Communication Capability Support",
"description": "Maritime Communications Capability Support - Voluntary Transparency Notice to advise that the MCS Team intend to place a new support contract with Thales UK Ltd for continued in-service support of internal and external communication systems and equipment fitted to in-service Royal Navy (RN) Legacy, Type 45 Destroyer (T45) and Queen Elizabeth Class Aircraft Carrier (QEC) platforms. Additional information: The MCS Team, part of the United Kingdom Ministry of Defence (the \"Authority\") intends to place a new support contract with Thales UK Limited (company number 0868273) (the \"Company\") for continued in-service support (including maintenance and obsolescence management) of internal and external communication systems and equipment fitted to in-service Royal Navy (RN) Legacy, Type 45 Destroyer (T45) and Queen Elizabeth Class Aircraft Carrier (QEC) platforms. Such in-service support includes the provision of spare parts, repair and maintenance activity, and safety certification. The Maritime Communications Capability Support (MCCS) contract will provide continued in-service support and obsolescence management of the systems and equipment currently satisfied under the Fleet Wide Communications Contract. This will include core support of the Legacy, Type 45 and QEC Integrated Communications Systems (ICS), known as the Fully Integrated Communications System (FICS) on T45, comprising of components, software, electronic and electrical sub-systems, and providing in-service support to the KMY Replacement System(KRS) and V/UHF Communication Replacement System (VCR). The MCCS contract will incorporate additional non-core tasking, including obsolescence rectification. The MCCS contract has an estimated value of PS240 million (Two Hundred and Forty Million Pounds Sterling (ex VAT), and will have a term of 10 (ten) years plus 2 (two) option years to align with the Authority's technical refresh programme in respect of the equipment. The MCCS contract will also include an option for support to new platforms fitted with Thales UK Ltd communications equipment when brought into service.. Due to the classification of integrated equipment it is considered that the contract is exempt from Defence Security Public Contracting Regulations (DSPCR) 2011, under Regulation 7(1)(a) Disclosure of Information in conjunction with Regulation 6(3A)(a) Security of information for reasons connected with the protection of essential security interests. It is considered that the MCCS contract can be placed with Thales UK Limited as they are the only supplier who can meet the technical and national security requirements for the Contract. Thales UK Limited is the Design Authority and Original Equipment Manufacturer for much of the communications equipment including the Integrated Control System and has the accumulated technical data and knowledge required to support the communication equipment in accordance with the technical requirements of the contract. Placing the MCCS contract with Thales UK Ltd is critical to ensure the safety of personnel and the operational effectiveness of the platforms. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis and is published for reasons of transparency only. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to Thales UK Ltd.",
"datePublished": "2023-04-24T12:05:16+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "32570000",
"description": "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"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 240000000,
"currency": "GBP"
},
"procurementMethod": "direct",
"procurementMethodDetails": "Single tender action (below threshold)",
"tenderPeriod": {
"endDate": "2023-05-05T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2024-08-01T00:00:00+01:00",
"endDate": "2034-07-31T23:59:59+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/84da68ed-ba5d-449a-939f-0f76be3a7fcc",
"datePublished": "2023-04-24T12:05:16+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2023-04-24T13:09:55+01:00"
},
{
"id": "2",
"description": "Link to the VTN within the Defence Sourcing Portal",
"url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=56156"
}
],
"minValue": {
"amount": 225000000,
"currency": "GBP"
}
},
"parties": [
{
"id": "GB-CFS-243643",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "DE&S Abbeywood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "England"
},
"contactPoint": {
"name": "Tracey Cole",
"email": "Tracey.cole887@mod.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-243643",
"name": "Ministry of Defence"
}
}