Notice Information
Notice Title
WECDIS
Notice Description
Installation of fleet software
Procurement Information
The Communications & Situational Awareness (CSA) Project Team within Defence Equipment & Support (DE&S), part of the UK Ministry of Defence, ("the Authority") intends to award a contract (the Contract) to OSI Maritime Systems Ltd ("the Contractor") for the combined support of WECDIS Type Approval Upgrade ROYAL NAVY WARSHIP ELECTRONIC CHART DISPLAY AND INFORMATION SYSTEM (RN-WECDIS) AND WARSHIP AUTOMATIC IDENTIFICATION SYSTEM (WAIS) OBSOLESCENCE RECOVERY. In accordance with Regulation 4 of the Defence and Security Contracts (Amendment) (EU Exit) 2019 Regulations (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. The value of the requirement is approximately PS10 million. Navigation capability on RN ships is a critical component of a ship's ability to operate and fight, hence any failure or degradation of these systems will place significant risk on the RN's ability to fulfil the Authority's required defence outcomes in accordance with the Authority's Defence Strategy and RN Command Plan. Both WECDIS and WAIS capabilities also require significant upgrades fleet-wide to overcome obsolescence and deliver regulatory compliance to new IMO standards being introduced by end-2028 whist utilising the common software provided by the Contractor . Only the Contractor can achieve ECPINS software integration of any obsolescence solution as they own the IPR imbedded in the software within the WECDIS and WAIS equipment, own all supporting documentation/manuals needed to maintain it and possess the SQEP technical expertise to carry out all activities of the work required and bespoke SQEP with capacity to provide training where necessary. The Authority does not have the necessary rights in the IPR to provide to a third party It is considered that only the Contractor can achieve delivery of this requirement within the timeframe available on all ships within scope, without considerable risk to the continued operation of the fleet. In addition, any approval for hardware to host OSI ECPINS software must be delivered with OSI support. As OEM for ECPINS software, OSI maintains the hardware Type Approved list. Any new hardware solution that isn't already on OSI's Type Approval list will incur at least 12 months additional integration, testing and certification activity before it can commence platform integration activity. Time is a huge consideration here as its imperative to re-gain IMO Safety of Life at Sea Accreditation. Any new hardware must be approved (IMO Compliant) and they sit in the ECPINS Type Approval register with OSI which they maintain. Furthermore, utilisation of and training on a single fleet-wide WECDIS/WAIS hardware and software solution will remove incompatibility and interoperability risk in two possible solutions and will remove disproportionate technical difficulties in operation and maintenance going forward.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-040db5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031026-2023
- 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
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
63 - Supporting and auxiliary transport services; travel agencies services
-
- CPV Codes
63724000 - Navigation services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Oct 20232 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 5 Oct 20232 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
- Stephen Cooper/Jordan Jones
- Contact Email
- jordan.jones685@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
- Not specified
-
- 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-040db5-2023-10-20T12:12:11+01:00",
"date": "2023-10-20T12:12:11+01:00",
"ocid": "ocds-h6vhtk-040db5",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-040db5",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "WECDIS",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "63724000",
"description": "Navigation services"
},
"mainProcurementCategory": "services",
"description": "Installation of fleet software",
"lots": [
{
"id": "1",
"description": "Software installation",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "CA"
}
],
"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": "The Communications & Situational Awareness (CSA) Project Team within Defence Equipment & Support (DE&S), part of the UK Ministry of Defence, (\"the Authority\") intends to award a contract (the Contract) to OSI Maritime Systems Ltd (\"the Contractor\") for the combined support of WECDIS Type Approval Upgrade ROYAL NAVY WARSHIP ELECTRONIC CHART DISPLAY AND INFORMATION SYSTEM (RN-WECDIS) AND WARSHIP AUTOMATIC IDENTIFICATION SYSTEM (WAIS) OBSOLESCENCE RECOVERY. In accordance with Regulation 4 of the Defence and Security Contracts (Amendment) (EU Exit) 2019 Regulations (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. The value of the requirement is approximately PS10 million. Navigation capability on RN ships is a critical component of a ship's ability to operate and fight, hence any failure or degradation of these systems will place significant risk on the RN's ability to fulfil the Authority's required defence outcomes in accordance with the Authority's Defence Strategy and RN Command Plan. Both WECDIS and WAIS capabilities also require significant upgrades fleet-wide to overcome obsolescence and deliver regulatory compliance to new IMO standards being introduced by end-2028 whist utilising the common software provided by the Contractor . Only the Contractor can achieve ECPINS software integration of any obsolescence solution as they own the IPR imbedded in the software within the WECDIS and WAIS equipment, own all supporting documentation/manuals needed to maintain it and possess the SQEP technical expertise to carry out all activities of the work required and bespoke SQEP with capacity to provide training where necessary. The Authority does not have the necessary rights in the IPR to provide to a third party It is considered that only the Contractor can achieve delivery of this requirement within the timeframe available on all ships within scope, without considerable risk to the continued operation of the fleet. In addition, any approval for hardware to host OSI ECPINS software must be delivered with OSI support. As OEM for ECPINS software, OSI maintains the hardware Type Approved list. Any new hardware solution that isn't already on OSI's Type Approval list will incur at least 12 months additional integration, testing and certification activity before it can commence platform integration activity. Time is a huge consideration here as its imperative to re-gain IMO Safety of Life at Sea Accreditation. Any new hardware must be approved (IMO Compliant) and they sit in the ECPINS Type Approval register with OSI which they maintain. Furthermore, utilisation of and training on a single fleet-wide WECDIS/WAIS hardware and software solution will remove incompatibility and interoperability risk in two possible solutions and will remove disproportionate technical difficulties in operation and maintenance going forward."
},
"awards": [
{
"id": "031026-2023-SANSC2/04038-1",
"relatedLots": [
"1"
],
"title": "WECDIS",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-95824",
"name": "OSI Maritime Systems"
}
]
}
],
"parties": [
{
"id": "GB-FTS-16849",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Abbey Wood",
"locality": "Bristol",
"region": "UK",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Stephen Cooper/Jordan Jones",
"email": "Jordan.jones685@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-95824",
"name": "OSI Maritime Systems",
"identifier": {
"legalName": "OSI Maritime Systems"
},
"address": {
"locality": "Burnaby",
"region": "CA",
"countryName": "Canada"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-44145",
"name": "MOD",
"identifier": {
"legalName": "MOD"
},
"address": {
"locality": "Bristol",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-16849",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "031026-2023-SANSC2/04038-1",
"awardID": "031026-2023-SANSC2/04038-1",
"title": "WECDIS",
"status": "active",
"dateSigned": "2023-10-06T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 5900000,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 6000000,
"currency": "GBP"
}
]
},
"language": "en"
}