Award

WECDIS

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

20 Oct 2023 at 11:12

Summary of the contracting process

The Ministry of Defence, a UK public authority, has completed the procurement process for the 'WECDIS' project, involving installation of fleet software for navigation services. The project falls under the 'services' category and utilised a 'limited' procurement method through negotiated procedures without prior publication. The approximate contract value is £10 million, with the award made to OSI Maritime Systems Ltd. The purpose of this project is to upgrade navigation capabilities on Royal Navy ships to meet new regulatory standards by 2028, ensuring operational efficiency and safety.

This tender presents business opportunities for companies specializing in software installation for navigation services within the maritime industry. The selected supplier, OSI Maritime Systems, is an SME based in Canada, indicating potential for international collaboration. Businesses with expertise in maritime software integration, technical support, and training would be well-suited to compete for similar contracts. As the project focuses on critical ship systems, companies demonstrating a track record in delivering complex solutions under time constraints and regulatory compliance would have a competitive edge in such tenders.

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

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

OSI MARITIME SYSTEMS

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-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"
}