Award

The Maritime Strategic Capability Agreement (MSCA) Future Arrangement (FA

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

11 Jul 2022 at 11:04

Summary of the contracting process

The Ministry of Defence has completed the contracting process for the Maritime Strategic Capability Agreement (MSCA) Future Arrangement, a significant tender in the defence services sector, specifically aimed at supporting the UK Royal Navy. This project will provide essential strategic capabilities for submarine and surface platform design and operations. The contract, valued at £215 million, was awarded to QinetiQ Limited following a limited procurement method without prior publication of a call for competition, and is intended to run for ten years from its signing date on 11 March 2022. The procurement process has now reached the Award stage, confirming the engagement of QinetiQ Limited as the contractor capable of fulfilling the specific requirements necessary for maintaining the UK’s maritime defence capabilities within UK territory.

This tender presents substantial opportunities for businesses with expertise in defence services, particularly those involved in hydrodynamics, maritime life support, engineering design, and technical consultancy. Companies that can provide advanced support in facilitating assured access to deep expertise, as well as having experience in the provision of military electronic systems and training services in defence materials, would be well-positioned to compete for any future opportunities arising from this long-term contract. The involvement of a prime contractor like QinetiQ Limited further highlights the potential for subcontracting arrangements, providing avenues for smaller firms to contribute to significant national defence projects.

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

The Maritime Strategic Capability Agreement (MSCA) Future Arrangement (FA

Notice Description

Delivery of essential UK strategic capabilities to support the effective delivery of current and future submarine and surface platform design, manufacture and operation.

Lot Information

Lot 1

Procurement for the provision of assured access to deep expertise, and the facilities required to support them, in hydrodynamics, maritime life support, structures & survivability and stealth materials in support of the UK Royal Navy.

Procurement Information

The Submarine Delivery Agency (the "Authority"), part of the UK Ministry of Defence, intends to award a contract to QinetiQ Limited (the "Contractor") for the sustainment and support of the Maritime Strategic Capability Agreement (MSCA). This contract will be for a period of 10 years. This will be a new Qualifying Defence Contract (QDC) and will be compliant with the Defence Reform Act (DRA) and secondary legislation Single Source Contract Regulations (SSCR) 2014. An exemption from the Defence and Security Public Contract Regulations (DSPCR) 2011 (as amended) using regulation 7(1)(a), in conjunction with Regulation 6(3A)a, for security of national-eyes only information has been endorsed by the MoD Directorate of Security and Resilience. It is considered that this contract can be placed using the principles of the Negotiated Procedure without Prior Publication of a Contract Notice pursuant to Regulation 16(1)(a)(ii) of the DSPCR 2011 (as amended) on the basis that QinetiQ Limited is the only contractor capable of supplying the facilities and Suitably Qualified and Experienced Personnel (SQEP) needed to meet the Authority's requirements under this contract. The MSCA requirement has been determined to be, and must remain, a sovereign capability by the current UK Government meaning any potential contractor must meet this requirement with a capability within UK territory. The Restated Principles Agreement (RPA) was signed in July 2001 and transferred operations of the former Defence Evaluation and Research Agency, which was a part of the MOD, to QinetiQ Limited. QinetiQ Limited are currently the only contractor with UK based facilities accredited to the required security requirements and with sufficient technical capability to fulfil the MSCA requirement in UK territory. If a different contractor were to be awarded the contract, these create a disproportionate technical difficulty for the Authority in maintaining and operating its maritime platforms including its Defence Objective of a Continual at Sea Detetterant (CASD). This is due to the necessity for an alternative contractor to undertake a significant investment in their existing capital estate across the whole of the UK to build and furnish dedicated facilities within the UK to meet the unique demands of the MSCA requirement. QinetiQ Limited have operated the facilities transferred to them under the RPA for 15 years and have developed extensive expertise, deeply integrated technical knowledge of the maritime platforms, and specialist tools to support the Authority with maintaining maritime platform capability through-life and CASD. Furthermore, the alternative contractor would be fully responsible for keeping the safety profile of multiple maritime platforms during this initial period to the expected standard, which creates an unacceptable risk to life for users of the maritime platforms in question given the disproportionate technical effort needed from the contractor to meet and maintain this operational requirement. Therefore, only QinetiQ Limited are currently able to meet the Authority's requirement due to technical reasons.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-035077
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018894-2022
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services

75 - Administration, defence and social security services

79 - Business services: law, marketing, consulting, recruitment, printing and security

80 - Education and training services


CPV Codes

50660000 - Repair and maintenance services of military electronic systems

71320000 - Engineering design services

71600000 - Technical testing, analysis and consultancy services

75220000 - Defence services

79993000 - Building and facilities management services

80600000 - Training services in defence and security materials

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£215,000,000 £100M-£1B

Notice Dates

Publication Date
11 Jul 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
11 Mar 20223 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
Karen Jarvis
Contact Email
karen.jarvis872@mod.gov.uk
Contact Phone
+44 3067930878

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

Supplier Information

Number of Suppliers
1
Supplier Name

QINETIQ

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-035077-2022-07-11T12:04:30+01:00",
    "date": "2022-07-11T12:04:30+01:00",
    "ocid": "ocds-h6vhtk-035077",
    "initiationType": "tender",
    "tender": {
        "id": "701575518",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "The Maritime Strategic Capability Agreement (MSCA) Future Arrangement (FA",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "75220000",
            "description": "Defence services"
        },
        "mainProcurementCategory": "services",
        "description": "Delivery of essential UK strategic capabilities to support the effective delivery of current and future submarine and surface platform design, manufacture and operation.",
        "lots": [
            {
                "id": "1",
                "description": "Procurement for the provision of assured access to deep expertise, and the facilities required to support them, in hydrodynamics, maritime life support, structures & survivability and stealth materials in support of the UK Royal Navy.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Lowest price"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50660000",
                        "description": "Repair and maintenance services of military electronic systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993000",
                        "description": "Building and facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80600000",
                        "description": "Training services in defence and security materials"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "The Submarine Delivery Agency (the \"Authority\"), part of the UK Ministry of Defence, intends to award a contract to QinetiQ Limited (the \"Contractor\") for the sustainment and support of the Maritime Strategic Capability Agreement (MSCA). This contract will be for a period of 10 years. This will be a new Qualifying Defence Contract (QDC) and will be compliant with the Defence Reform Act (DRA) and secondary legislation Single Source Contract Regulations (SSCR) 2014. An exemption from the Defence and Security Public Contract Regulations (DSPCR) 2011 (as amended) using regulation 7(1)(a), in conjunction with Regulation 6(3A)a, for security of national-eyes only information has been endorsed by the MoD Directorate of Security and Resilience. It is considered that this contract can be placed using the principles of the Negotiated Procedure without Prior Publication of a Contract Notice pursuant to Regulation 16(1)(a)(ii) of the DSPCR 2011 (as amended) on the basis that QinetiQ Limited is the only contractor capable of supplying the facilities and Suitably Qualified and Experienced Personnel (SQEP) needed to meet the Authority's requirements under this contract. The MSCA requirement has been determined to be, and must remain, a sovereign capability by the current UK Government meaning any potential contractor must meet this requirement with a capability within UK territory. The Restated Principles Agreement (RPA) was signed in July 2001 and transferred operations of the former Defence Evaluation and Research Agency, which was a part of the MOD, to QinetiQ Limited. QinetiQ Limited are currently the only contractor with UK based facilities accredited to the required security requirements and with sufficient technical capability to fulfil the MSCA requirement in UK territory. If a different contractor were to be awarded the contract, these create a disproportionate technical difficulty for the Authority in maintaining and operating its maritime platforms including its Defence Objective of a Continual at Sea Detetterant (CASD). This is due to the necessity for an alternative contractor to undertake a significant investment in their existing capital estate across the whole of the UK to build and furnish dedicated facilities within the UK to meet the unique demands of the MSCA requirement. QinetiQ Limited have operated the facilities transferred to them under the RPA for 15 years and have developed extensive expertise, deeply integrated technical knowledge of the maritime platforms, and specialist tools to support the Authority with maintaining maritime platform capability through-life and CASD. Furthermore, the alternative contractor would be fully responsible for keeping the safety profile of multiple maritime platforms during this initial period to the expected standard, which creates an unacceptable risk to life for users of the maritime platforms in question given the disproportionate technical effort needed from the contractor to meet and maintain this operational requirement. Therefore, only QinetiQ Limited are currently able to meet the Authority's requirement due to technical reasons."
    },
    "awards": [
        {
            "id": "018894-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-58398",
                    "name": "QinetiQ Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-58397",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Filton Abbeywood, Stoke Gifford",
                "locality": "Bristol",
                "region": "UK",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Karen Jarvis",
                "telephone": "+44 3067930878",
                "email": "Karen.Jarvis872@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "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-58398",
            "name": "QinetiQ Limited",
            "identifier": {
                "legalName": "QinetiQ Limited",
                "id": "03796233"
            },
            "address": {
                "streetAddress": "Cody Technology Park, Ively Road",
                "locality": "Farnborough",
                "region": "UK",
                "postalCode": "GU14 0LX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-58399",
            "name": "MOD Central Legal Services",
            "identifier": {
                "legalName": "MOD Central Legal Services"
            },
            "address": {
                "locality": "Bristol",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-58397",
        "name": "Ministry of Defence"
    },
    "contracts": [
        {
            "id": "018894-2022-1",
            "awardID": "018894-2022-1",
            "status": "active",
            "value": {
                "amount": 215000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-11T00:00:00Z"
        }
    ],
    "language": "en"
}