Award

MHC Procurement of TSC2002 IFF System & Associated Equipment - Amendment 1 - VTN

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

15 Jun 2022 at 13:33

Summary of the contracting process

The procurement process is conducted by the Ministry of Defence, focusing on the "MHC Procurement of TSC2002 IFF System & Associated Equipment - Amendment 1 - VTN". This procurement pertains to the goods category, specifically within the unmanned underwater vehicles industry, and is located in Manor Royal, Crawley, UK. The procurement stage is currently at the award phase, with the contract signed on 24th February 2022, totalling £123,075. This limited procurement was executed through a negotiated process without prior publication of a contract notice, aligning with specific technical requirements under the Defence and Security Public Contracts Regulations.

This tender offers significant opportunities for businesses looking to expand within the defence and security sector, particularly companies that specialise in high-tech equipment or solutions for underwater systems. Given the unique nature of the TSC2002 IFF system and the necessity for collaboration within the joint UK/French Maritime Mine Countermeasures programme, businesses with relevant technical expertise, especially those aligned with Thales UK and proven capabilities in manufacturing or supplying similar systems, would be well-positioned to compete for future contracts in this domain.

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

MHC Procurement of TSC2002 IFF System & Associated Equipment - Amendment 1 - VTN

Notice Description

Procurement of TSC2002 IFF System & Associated Equipment

Lot Information

Lot 1

1 x TSC2002 IFF Transponder Unit and Associated Equipment

Procurement Information

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 (DSPCR) 2011 as amended (in particular by SI 2019/697 and SI 2020/1450). 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 DSPCR 2011 for technical reasons. The Original Equipment Manufacturer (OEM), Thales UK and its parent company TDMS France are the only company which can supply the TSC2002 IFF equipment. This specific model of IFF is required to be issued by the Authority to TDMS France as GFE, as an element of the current phase of the joint UK/French Maritime Mine Countermeasures (MMCM) Contract. The MMCM Programme is a collaborative contract between the UK and French Governments with Thales DMS France, for the design and manufacture of the next generation of autonomous underwater mine hunting capability. The Agreement stems from, and forms part of, the Lancaster House Agreement made between the UK and French nations and is based upon the idea of co-operation and collaboration between the two nations and their capabilities within this area. The integration of the Thales UK TSC2002 is critical to ensure that the UK system has commonality, compatibility and interoperability with the French system, which is to include an identical type of IFF. There is a strict technical impracticality for any other economic operator to undertake the work required within this proposed contract as the specific model of IFF system is proprietary to Thales UK and its parent company TDMS France. This specific model of IFF system is necessary for interoperability, compatibility and commonality purposes, in order to ensure successful testing and integration into the UK/French MMCM systems. Both the UK and French MMCM systems have been designed to use identical IFF models, in order to ensure their ability to communicate effectively and function interoperably, and so that the interface between the two systems can be maximised. The requirement for interoperability is contingent on Thales' specific expertise of their system, and on this basis the use of an alternative supplier or equipment is not viable as they would not allow the same level of compatibility. Failure to provide the TSC2002 model of IFF would impact upon the upcoming production phase of the MMCM systems, which have been designed around the integration and use of this specific IFF system. The integration and use of alternative models of IFF systems would not be possible without significant redesign of the overall system, along with a change to the common Training DLOD and Support DLOD.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0346cf
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/016426-2022
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Limited
Procurement Method Details
Negotiated without publication of a contract notice
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment


CPV Codes

35512400 - Unmanned underwater vehicles

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£123,075 £100K-£500K

Notice Dates

Publication Date
15 Jun 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
24 Feb 20224 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Jack Barber
Contact Email
jack.barber127@mod.gov.uk
Contact Phone
Not specified

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
TLJ28 West Sussex (North East)

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Supplier Information

Number of Suppliers
1
Supplier Name

THALES

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-h6vhtk-0346cf-2022-06-15T14:33:27+01:00",
    "date": "2022-06-15T14:33:27+01:00",
    "ocid": "ocds-h6vhtk-0346cf",
    "initiationType": "tender",
    "tender": {
        "id": "701162380",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "MHC Procurement of TSC2002 IFF System & Associated Equipment - Amendment 1 - VTN",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "35512400",
            "description": "Unmanned underwater vehicles"
        },
        "mainProcurementCategory": "goods",
        "description": "Procurement of TSC2002 IFF System & Associated Equipment",
        "lots": [
            {
                "id": "1",
                "description": "1 x TSC2002 IFF Transponder Unit and Associated Equipment",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Lowest price"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ28"
                    }
                ],
                "deliveryLocation": {
                    "description": "Manor Royal, Crawley, UK"
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated without publication of a contract notice",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_MANUF_FOR_RESEARCH",
                "description": "The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive"
            },
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_TECHNICAL",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
            }
        ],
        "procurementMethodRationale": "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 (DSPCR) 2011 as amended (in particular by SI 2019/697 and SI 2020/1450). 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 DSPCR 2011 for technical reasons. The Original Equipment Manufacturer (OEM), Thales UK and its parent company TDMS France are the only company which can supply the TSC2002 IFF equipment. This specific model of IFF is required to be issued by the Authority to TDMS France as GFE, as an element of the current phase of the joint UK/French Maritime Mine Countermeasures (MMCM) Contract. The MMCM Programme is a collaborative contract between the UK and French Governments with Thales DMS France, for the design and manufacture of the next generation of autonomous underwater mine hunting capability. The Agreement stems from, and forms part of, the Lancaster House Agreement made between the UK and French nations and is based upon the idea of co-operation and collaboration between the two nations and their capabilities within this area. The integration of the Thales UK TSC2002 is critical to ensure that the UK system has commonality, compatibility and interoperability with the French system, which is to include an identical type of IFF. There is a strict technical impracticality for any other economic operator to undertake the work required within this proposed contract as the specific model of IFF system is proprietary to Thales UK and its parent company TDMS France. This specific model of IFF system is necessary for interoperability, compatibility and commonality purposes, in order to ensure successful testing and integration into the UK/French MMCM systems. Both the UK and French MMCM systems have been designed to use identical IFF models, in order to ensure their ability to communicate effectively and function interoperably, and so that the interface between the two systems can be maximised. The requirement for interoperability is contingent on Thales' specific expertise of their system, and on this basis the use of an alternative supplier or equipment is not viable as they would not allow the same level of compatibility. Failure to provide the TSC2002 model of IFF would impact upon the upcoming production phase of the MMCM systems, which have been designed around the integration and use of this specific IFF system. The integration and use of alternative models of IFF systems would not be possible without significant redesign of the overall system, along with a change to the common Training DLOD and Support DLOD."
    },
    "awards": [
        {
            "id": "016426-2022-701162380-1",
            "relatedLots": [
                "1"
            ],
            "title": "MHC Procurement of TSC2002 IFF System and Associated Equipment",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-55610",
                    "name": "Thales UK Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-55609",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "#3016 Ash0C NH3, MoD Abbey Wood, Bristol",
                "locality": "Bristol",
                "region": "UKK11",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jack Barber",
                "email": "jack.barber127@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.mod.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-55610",
            "name": "Thales UK Limited",
            "identifier": {
                "legalName": "Thales UK Limited"
            },
            "address": {
                "streetAddress": "Thales UK, Manor Royal, Crawley",
                "locality": "Crawley",
                "region": "UKJ28",
                "postalCode": "RH10 9HA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1293581000",
                "email": "crawley.reception@uk.thalesgroup.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.thalesgroup.com",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-55611",
            "name": "Ministry of Defence, Ships, Mine and Hydrographic Capability",
            "identifier": {
                "legalName": "Ministry of Defence, Ships, Mine and Hydrographic Capability"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood, Bristol",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "jack.barber127@mod.gov.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-55609",
        "name": "Ministry of Defence"
    },
    "contracts": [
        {
            "id": "016426-2022-701162380-1",
            "awardID": "016426-2022-701162380-1",
            "title": "MHC Procurement of TSC2002 IFF System and Associated Equipment",
            "status": "active",
            "value": {
                "amount": 123075,
                "currency": "GBP"
            },
            "dateSigned": "2022-02-24T00:00:00Z"
        }
    ],
    "language": "en"
}