Tender

VLA VTN contracts finder opportunity

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

02 Apr 2024 at 10:04

Summary of the contracting process

The Ministry of Defence, based in Bristol, England, has initiated a tender process titled "VLA VTN contracts finder opportunity" under the repair and maintenance services category. The procurement stage is currently active with a selective procurement method, involving competitive procedure with negotiation. The tender deadline for submissions is on April 16, 2024. The contract period is anticipated to start on June 30, 2024, and end on June 30, 2029, with a value of GBP 11,000,000.

This tender from the Ministry of Defence presents a business growth opportunity for companies providing maintenance and repair services in the communications and situational awareness equipment sector. Small and medium-sized enterprises as well as voluntary, community, and social enterprise organisations are suited to compete in this tender process, offering a chance to engage in a selective procurement method with negotiation possibilities, potentially securing a long-term contract worth GBP 11,000,000 in revenue.

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

VLA VTN contracts finder opportunity

Notice Description

The Communications and Situational Awareness Team (MCS-CSA PT) which is part of the United Kingdom Ministry of Defence (the "Authority") intends to place a contract with Trident Maritime Systems [UK Limited] (the "Company") for the In-Service Support, including maintenance, repair and replacement component spares for communications and situational awareness equipment fitted to current [and future*] platforms including but not limited to QEC, LPD, T45, T23, RFA, T26, T31. The term of the proposed contract is envisaged to be five years (with an option for the Authority to extend the contract for an additional two years). The anticipated value of the contract [including options] will be circa PS12.5 million (Twelve Million, Five Hundred Thousand Pounds Sterling). Equipment items included in the scope of the proposed contract are: i. Improved Approach Lighting (IAL). ii. Mark 3 Glide Path Indicator (GPI MK3). iii. Visual Landing Aids (VLA) systems iv. Legacy Flight Deck Lighting. v. Electro-Magnetic (EM) and Digital LOG systems. vi. AGIMET 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 (in accordance with 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. In respect of GPI Mk3, IAL, AGILOG and AGILOG 2, VLA and AGIMET, these equipment items were all originally supplied in each case as complete systems by AGI Ltd involving either original development or commercial off-the-shelf purchases with subsequent modification by AGI Ltd. As the Authority does not have rights in the relevant information in the systems provided by AGI Ltd sufficient for it to provide to a third party to repair and maintain the equipment it is obliged to contract with the successor business of AGI Ltd, namely TMS UK Ltd. Only TMS UK Ltd as successor business has the expertise and know how and experience necessary to undertake the work and only they can provide the relevant safety cases on which the Authority can reasonably rely and which are sufficient for the Authority to discharge its obligations under relevant Aviation Operating Orders and Defence Standards. Furthermore even if a third party were capable of providing the services TMS UK Ltd is unwilling to licence out the ability to undertake the repairs, maintenance and spares provision to a third party. In addition, in relation to certain equipment (GPI Mk3 and IAL) TMS UK Ltd has developed bespoke testing equipment which only they

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-f31ec34a-b872-4413-af61-fa19c66c0d52
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/88a949a1-cb83-459c-bfe1-91b940bb28de
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
£11,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Apr 20241 years ago
Submission Deadline
16 Apr 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
29 Jun 2024 - 30 Jun 2029 Over 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-f31ec34a-b872-4413-af61-fa19c66c0d52-2024-04-02T11:04:33+01:00",
    "date": "2024-04-02T11:04:33+01:00",
    "ocid": "ocds-b5fd17-f31ec34a-b872-4413-af61-fa19c66c0d52",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_403960/1337997",
        "title": "VLA VTN contracts finder opportunity",
        "description": "The Communications and Situational Awareness Team (MCS-CSA PT) which is part of the United Kingdom Ministry of Defence (the \"Authority\") intends to place a contract with Trident Maritime Systems [UK Limited] (the \"Company\") for the In-Service Support, including maintenance, repair and replacement component spares for communications and situational awareness equipment fitted to current [and future*] platforms including but not limited to QEC, LPD, T45, T23, RFA, T26, T31. The term of the proposed contract is envisaged to be five years (with an option for the Authority to extend the contract for an additional two years). The anticipated value of the contract [including options] will be circa PS12.5 million (Twelve Million, Five Hundred Thousand Pounds Sterling). Equipment items included in the scope of the proposed contract are: i. Improved Approach Lighting (IAL). ii. Mark 3 Glide Path Indicator (GPI MK3). iii. Visual Landing Aids (VLA) systems iv. Legacy Flight Deck Lighting. v. Electro-Magnetic (EM) and Digital LOG systems. vi. AGIMET 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 (in accordance with 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. In respect of GPI Mk3, IAL, AGILOG and AGILOG 2, VLA and AGIMET, these equipment items were all originally supplied in each case as complete systems by AGI Ltd involving either original development or commercial off-the-shelf purchases with subsequent modification by AGI Ltd. As the Authority does not have rights in the relevant information in the systems provided by AGI Ltd sufficient for it to provide to a third party to repair and maintain the equipment it is obliged to contract with the successor business of AGI Ltd, namely TMS UK Ltd. Only TMS UK Ltd as successor business has the expertise and know how and experience necessary to undertake the work and only they can provide the relevant safety cases on which the Authority can reasonably rely and which are sufficient for the Authority to discharge its obligations under relevant Aviation Operating Orders and Defence Standards. Furthermore even if a third party were capable of providing the services TMS UK Ltd is unwilling to licence out the ability to undertake the repairs, maintenance and spares provision to a third party. In addition, in relation to certain equipment (GPI Mk3 and IAL) TMS UK Ltd has developed bespoke testing equipment which only they",
        "datePublished": "2024-04-02T11:04:32+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50000000",
            "description": "Repair and maintenance services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "BS34 8JH"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 11000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation (above threshold)",
        "tenderPeriod": {
            "endDate": "2024-04-16T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2024-06-30T00:00:00+01:00",
            "endDate": "2029-06-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/88a949a1-cb83-459c-bfe1-91b940bb28de",
                "datePublished": "2024-04-02T11:04:32+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-278675",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "MOD Abby Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "Thomas.redmore100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-278675",
        "name": "Ministry of Defence"
    }
}