Notice Information
Notice Title
Combined values of the EID requirement and two year support.
Notice Description
Ships Sensor and Monitoring System placement of EID and Two-year extension.
Lot Information
Lot 1
Ships Sensor and Monitoring System placement of EID and Two-year extension.
Procurement Information
1. The Secretary of State for Defence (the Authority) through the Communications & Situational Awareness (CSA) Project Team within Defence Equipment & Support (DE&S), intends to extend the extant Contract CSA/3060 with BAE Systems Surface Ships Limited (New Malden) ("the Contractor") for the continuing through-life maintenance and support, including spares provision, across T45 and QEC Classes for Ships Sensors and Monitoring Systems for a period of 2 (two) years from July 2023 until July 2025 in accordance with the intent in the original advert to contract for a period of 3 years with a possible additional 2 years; all within the advertised value of PS4.99M. 2. 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 (as required by 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. 3. The Contractor is the Original Equipment Manufacturer (OEM) and Design Authority (DA) for each of the SSAMS systems. As such, it is the only company with the drawings/schematics, historic development and integration information, system expertise and test equipment to provide the necessary technical support to ensure that the SSAMS systems, the vessels in which they are fitted, and the aircraft operating from them all function together safely and comply with legislation, and, in the case of METOC, meet the Military Aviation Authority (MAA) requirements. 4. Additionally, the Secretary of State for Defence (the Authority) through the CSA Project Team within DE&S, intends to amend the extant Contract CSA/3060 with BAE Systems Surface Ships Limited (New Malden) ("the Contractor") for the provision and support of a capability to enable the use of the Electronic Information Displays (EIDs) fitted to HMS Prince of Wales requiring development and integration of bespoke software and associated new hardware to a maximum value of PS0.6M (ex - VAT). 5. Enabling the EID capability allows HMS PRINCE of WALES and its embarked aircraft to operate safely and in accordance with required operational tempo to maintain an operationally critical capability. 6. Overall configuration control of Software, System Architecture and Hardware must be strictly and effectively managed, to ensure the system elements remain correctly integrated and interoperable. For these reasons, only the existing Contractor can meet these requirements. 7. This new capability will require the requisite regulatory certification before it is allowed onboard. A third-party would not possess the required equipment or system background knowledge to provide the advice or documentation required, permitting Safety Certification, Security Accreditation and interoperability of the equipment whilst ensuring functionality is maintained and remains certified through life.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03b2fb
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/007508-2023
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- 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
50 - Repair and maintenance services
-
- CPV Codes
50333000 - Maintenance services of radio-communications equipment
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £4,900,000 £1M-£10M
Notice Dates
- Publication Date
- 15 Mar 20232 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 17 Feb 20233 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Alan Rowell
- Contact Email
- alan.rowell847@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
- TLK11 Bristol, City of
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
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-h6vhtk-03b2fb-2023-03-15T11:36:19Z",
"date": "2023-03-15T11:36:19Z",
"ocid": "ocds-h6vhtk-03b2fb",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03b2fb",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Combined values of the EID requirement and two year support.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50333000",
"description": "Maintenance services of radio-communications equipment"
},
"mainProcurementCategory": "services",
"description": "Ships Sensor and Monitoring System placement of EID and Two-year extension.",
"lots": [
{
"id": "1",
"description": "Ships Sensor and Monitoring System placement of EID and Two-year extension.",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKK11"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_PROC_NEGOTIATED_PRIOR_CALL_COMPETITION",
"description": "No tenders or no suitable tenders/requests to participate in response to negotiated procedure with prior publication of a contract notice"
},
{
"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": "1. The Secretary of State for Defence (the Authority) through the Communications & Situational Awareness (CSA) Project Team within Defence Equipment & Support (DE&S), intends to extend the extant Contract CSA/3060 with BAE Systems Surface Ships Limited (New Malden) (\"the Contractor\") for the continuing through-life maintenance and support, including spares provision, across T45 and QEC Classes for Ships Sensors and Monitoring Systems for a period of 2 (two) years from July 2023 until July 2025 in accordance with the intent in the original advert to contract for a period of 3 years with a possible additional 2 years; all within the advertised value of PS4.99M. 2. 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 (as required by 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. 3. The Contractor is the Original Equipment Manufacturer (OEM) and Design Authority (DA) for each of the SSAMS systems. As such, it is the only company with the drawings/schematics, historic development and integration information, system expertise and test equipment to provide the necessary technical support to ensure that the SSAMS systems, the vessels in which they are fitted, and the aircraft operating from them all function together safely and comply with legislation, and, in the case of METOC, meet the Military Aviation Authority (MAA) requirements. 4. Additionally, the Secretary of State for Defence (the Authority) through the CSA Project Team within DE&S, intends to amend the extant Contract CSA/3060 with BAE Systems Surface Ships Limited (New Malden) (\"the Contractor\") for the provision and support of a capability to enable the use of the Electronic Information Displays (EIDs) fitted to HMS Prince of Wales requiring development and integration of bespoke software and associated new hardware to a maximum value of PS0.6M (ex - VAT). 5. Enabling the EID capability allows HMS PRINCE of WALES and its embarked aircraft to operate safely and in accordance with required operational tempo to maintain an operationally critical capability. 6. Overall configuration control of Software, System Architecture and Hardware must be strictly and effectively managed, to ensure the system elements remain correctly integrated and interoperable. For these reasons, only the existing Contractor can meet these requirements. 7. This new capability will require the requisite regulatory certification before it is allowed onboard. A third-party would not possess the required equipment or system background knowledge to provide the advice or documentation required, permitting Safety Certification, Security Accreditation and interoperability of the equipment whilst ensuring functionality is maintained and remains certified through life."
},
"awards": [
{
"id": "007508-2023-CSA/3060-1",
"relatedLots": [
"1"
],
"title": "Ship Sensor and Monitoring System (SSAMS)",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-77575",
"name": "BAE Systems"
}
]
}
],
"parties": [
{
"id": "GB-FTS-35545",
"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",
"region": "UKK11",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Alan Rowell",
"email": "alan.rowell847@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/defence-equipment-and-support",
"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-77575",
"name": "BAE Systems",
"identifier": {
"legalName": "BAE Systems"
},
"address": {
"locality": "Portsmouth",
"region": "UKJ31",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-5483",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Bristol",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-35545",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "007508-2023-CSA/3060-1",
"awardID": "007508-2023-CSA/3060-1",
"title": "Ship Sensor and Monitoring System (SSAMS)",
"status": "active",
"value": {
"amount": 4900000,
"currency": "GBP"
},
"dateSigned": "2023-02-17T00:00:00Z"
}
],
"language": "en"
}