Notice Information
Notice Title
12000000
Notice Description
The Communications and Situational Awareness Team (MCS-CSA PT) which is part of the United Kingdom Ministry of Defence (the "Authority") intends to place a contract with Trident Maritime Systems [UK Limited] (the "Company") for the In-Service Support, including maintenance, repair and replacement component spares for communications and situational awareness equipment fitted to current [and future*] platforms including but not limited to QEC, LPD, T45, T23, RFA, T26, T31. The term of the proposed contract is envisaged to be five years (with an option for the Authority to extend the contract for an additional two years). The anticipated value of the contract [including options] will be circa PS12.5 million (Twelve Million, Five Hundred Thousand Pounds Sterling). Equipment items included in the scope of the proposed contract are: i. Improved Approach Lighting (IAL). ii. Mark 3 Glide Path Indicator (GPI MK3). iii. Visual Landing Aids (VLA) systems iv. Legacy Flight Deck Lighting. v. Electro-Magnetic (EM) and Digital LOG systems. vi. AGIMET 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 (in accordance with 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. In respect of GPI Mk3, IAL, AGILOG and AGILOG 2, VLA and AGIMET, these equipment items were all originally supplied in each case as complete systems by AGI Ltd involving either original development or commercial off-the-shelf purchases with subsequent modification by AGI Ltd. As the Authority does not have rights in the relevant information in the systems provided by AGI Ltd sufficient for it to provide to a third party to repair and maintain the equipment it is obliged to contract with the successor business of AGI Ltd, namely TMS UK Ltd. Only TMS UK Ltd as successor business has the expertise and know how and experience necessary to undertake the work and only they can provide the relevant safety cases on which the Authority can reasonably rely and which are sufficient for the Authority to discharge its obligations under relevant Aviation Operating Orders and Defence Standards. Furthermore even if a third party were capable of providing the services TMS UK Ltd is unwilling to licence out the ability to undertake the repairs, maintenance and spares provision to a third party. In addition, in relation to certain equipment (GPI Mk3 and IAL) TMS UK Ltd has developed bespoke testing equipment which only they have at their disposal to carry out the required services. In respect of the Flight Deck Lighting - there is a prospective minimal spend of between 2K and 10K per annum, which will be sub-contracted to [?????], being the only supplier who has the expertise to undertake the service on this legacy system.
Lot Information
Lot 1
The Communications and Situational Awareness Team (MCS-CSA PT) which is part of the United Kingdom Ministry of Defence (the "Authority") intends to place a contract with Trident Maritime Systems [UK Limited] (the "Company") for the In-Service Support, including maintenance, repair and replacement component spares for communications and situational awareness equipment fitted to current [and future*] platforms including but not limited to QEC, LPD, T45, T23, RFA, T26, T31. The term of the proposed contract is envisaged to be five years (with an option for the Authority to extend the contract for an additional two years). The anticipated value of the contract [including options] will be circa PS12.5 million (Twelve Million, Five Hundred Thousand Pounds Sterling). Equipment items included in the scope of the proposed contract are: i. Improved Approach Lighting (IAL). ii. Mark 3 Glide Path Indicator (GPI MK3). iii. Visual Landing Aids (VLA) systems iv. Legacy Flight Deck Lighting. v. Electro-Magnetic (EM) and Digital LOG systems. vi. AGIMET 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 (in accordance with 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. In respect of GPI Mk3, IAL, AGILOG and AGILOG 2, VLA and AGIMET, these equipment items were all originally supplied in each case as complete systems by AGI Ltd involving either original development or commercial off-the-shelf purchases with subsequent modification by AGI Ltd. As the Authority does not have rights in the relevant information in the systems provided by AGI Ltd sufficient for it to provide to a third party to repair and maintain the equipment it is obliged to contract with the successor business of AGI Ltd, namely TMS UK Ltd. Only TMS UK Ltd as successor business has the expertise and know how and experience necessary to undertake the work and only they can provide the relevant safety cases on which the Authority can reasonably rely and which are sufficient for the Authority to discharge its obligations under relevant Aviation Operating Orders and Defence Standards. Furthermore even if a third party were capable of providing the services TMS UK Ltd is unwilling to licence out the ability to undertake the repairs, maintenance and spares provision to a third party. In addition, in relation to certain equipment (GPI Mk3 and IAL) TMS UK Ltd has developed bespoke testing equipment which only they have at their disposal to carry out the required services. In respect of the Flight Deck Lighting - there is a prospective minimal spend of between 2K and 10K per annum, which will be sub-contracted to [?????], being the only supplier who has the expertise to undertake the service on this legacy system.
Procurement Information
The Communications and Situational Awareness Team (MCS-CSA PT) which is part of the United Kingdom Ministry of Defence (the "Authority") intends to place a contract with Trident Maritime Systems [UK Limited] (the "Company") for the In-Service Support, including maintenance, repair and replacement component spares for communications and situational awareness equipment fitted to current [and future*] platforms including but not limited to QEC, LPD, T45, T23, RFA, T26, T31. The term of the proposed contract is envisaged to be five years (with an option for the Authority to extend the contract for an additional two years). The anticipated value of the contract [including options] will be circa PS12.5 million (Twelve Million, Five Hundred Thousand Pounds Sterling). Equipment items included in the scope of the proposed contract are: i. Improved Approach Lighting (IAL). ii. Mark 3 Glide Path Indicator (GPI MK3). iii. Visual Landing Aids (VLA) systems iv. Legacy Flight Deck Lighting. v. Electro-Magnetic (EM) and Digital LOG systems. vi. AGIMET 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 (in accordance with 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. In respect of GPI Mk3, IAL, AGILOG and AGILOG 2, VLA and AGIMET, these equipment items were all originally supplied in each case as complete systems by AGI Ltd involving either original development or commercial off-the-shelf purchases with subsequent modification by AGI Ltd. As the Authority does not have rights in the relevant information in the systems provided by AGI Ltd sufficient for it to provide to a third party to repair and maintain the equipment it is obliged to contract with the successor business of AGI Ltd, namely TMS UK Ltd. Only TMS UK Ltd as successor business has the expertise and know how and experience necessary to undertake the work and only they can provide the relevant safety cases on which the Authority can reasonably rely and which are sufficient for the Authority to discharge its obligations under relevant Aviation Operating Orders and Defence Standards. Furthermore even if a third party were capable of providing the services TMS UK Ltd is unwilling to licence out the ability to undertake the repairs, maintenance and spares provision to a third party. In addition, in relation to certain equipment (GPI Mk3 and IAL) TMS UK Ltd has developed bespoke testing equipment which only they have at their disposal to carry out the required services. In respect of the Flight Deck Lighting - there is a prospective minimal spend of between 2K and 10K per annum, which will be sub-contracted to [?????], being the only supplier who has the expertise to undertake the service on this legacy system.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-044ebc
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010522-2024
- 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
-
- CPV Codes
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Apr 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 1 Apr 20241 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
- Not specified
- Contact Email
- thomas.redmore100@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRISTOL
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
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-044ebc-2024-04-02T10:56:12+01:00",
"date": "2024-04-02T10:56:12+01:00",
"ocid": "ocds-h6vhtk-044ebc",
"initiationType": "tender",
"tender": {
"id": "710076450",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "12000000",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
"mainProcurementCategory": "services",
"description": "The Communications and Situational Awareness Team (MCS-CSA PT) which is part of the United Kingdom Ministry of Defence (the \"Authority\") intends to place a contract with Trident Maritime Systems [UK Limited] (the \"Company\") for the In-Service Support, including maintenance, repair and replacement component spares for communications and situational awareness equipment fitted to current [and future*] platforms including but not limited to QEC, LPD, T45, T23, RFA, T26, T31. The term of the proposed contract is envisaged to be five years (with an option for the Authority to extend the contract for an additional two years). The anticipated value of the contract [including options] will be circa PS12.5 million (Twelve Million, Five Hundred Thousand Pounds Sterling). Equipment items included in the scope of the proposed contract are: i. Improved Approach Lighting (IAL). ii. Mark 3 Glide Path Indicator (GPI MK3). iii. Visual Landing Aids (VLA) systems iv. Legacy Flight Deck Lighting. v. Electro-Magnetic (EM) and Digital LOG systems. vi. AGIMET 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 (in accordance with 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. In respect of GPI Mk3, IAL, AGILOG and AGILOG 2, VLA and AGIMET, these equipment items were all originally supplied in each case as complete systems by AGI Ltd involving either original development or commercial off-the-shelf purchases with subsequent modification by AGI Ltd. As the Authority does not have rights in the relevant information in the systems provided by AGI Ltd sufficient for it to provide to a third party to repair and maintain the equipment it is obliged to contract with the successor business of AGI Ltd, namely TMS UK Ltd. Only TMS UK Ltd as successor business has the expertise and know how and experience necessary to undertake the work and only they can provide the relevant safety cases on which the Authority can reasonably rely and which are sufficient for the Authority to discharge its obligations under relevant Aviation Operating Orders and Defence Standards. Furthermore even if a third party were capable of providing the services TMS UK Ltd is unwilling to licence out the ability to undertake the repairs, maintenance and spares provision to a third party. In addition, in relation to certain equipment (GPI Mk3 and IAL) TMS UK Ltd has developed bespoke testing equipment which only they have at their disposal to carry out the required services. In respect of the Flight Deck Lighting - there is a prospective minimal spend of between 2K and 10K per annum, which will be sub-contracted to [?????], being the only supplier who has the expertise to undertake the service on this legacy system.",
"lots": [
{
"id": "1",
"description": "The Communications and Situational Awareness Team (MCS-CSA PT) which is part of the United Kingdom Ministry of Defence (the \"Authority\") intends to place a contract with Trident Maritime Systems [UK Limited] (the \"Company\") for the In-Service Support, including maintenance, repair and replacement component spares for communications and situational awareness equipment fitted to current [and future*] platforms including but not limited to QEC, LPD, T45, T23, RFA, T26, T31. The term of the proposed contract is envisaged to be five years (with an option for the Authority to extend the contract for an additional two years). The anticipated value of the contract [including options] will be circa PS12.5 million (Twelve Million, Five Hundred Thousand Pounds Sterling). Equipment items included in the scope of the proposed contract are: i. Improved Approach Lighting (IAL). ii. Mark 3 Glide Path Indicator (GPI MK3). iii. Visual Landing Aids (VLA) systems iv. Legacy Flight Deck Lighting. v. Electro-Magnetic (EM) and Digital LOG systems. vi. AGIMET 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 (in accordance with 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. In respect of GPI Mk3, IAL, AGILOG and AGILOG 2, VLA and AGIMET, these equipment items were all originally supplied in each case as complete systems by AGI Ltd involving either original development or commercial off-the-shelf purchases with subsequent modification by AGI Ltd. As the Authority does not have rights in the relevant information in the systems provided by AGI Ltd sufficient for it to provide to a third party to repair and maintain the equipment it is obliged to contract with the successor business of AGI Ltd, namely TMS UK Ltd. Only TMS UK Ltd as successor business has the expertise and know how and experience necessary to undertake the work and only they can provide the relevant safety cases on which the Authority can reasonably rely and which are sufficient for the Authority to discharge its obligations under relevant Aviation Operating Orders and Defence Standards. Furthermore even if a third party were capable of providing the services TMS UK Ltd is unwilling to licence out the ability to undertake the repairs, maintenance and spares provision to a third party. In addition, in relation to certain equipment (GPI Mk3 and IAL) TMS UK Ltd has developed bespoke testing equipment which only they have at their disposal to carry out the required services. In respect of the Flight Deck Lighting - there is a prospective minimal spend of between 2K and 10K per annum, which will be sub-contracted to [?????], being the only supplier who has the expertise to undertake the service on this legacy system.",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_SERVICES_LISTED",
"description": "The contract has as its object services listed in Annex II B to the directive"
}
],
"procurementMethodRationale": "The Communications and Situational Awareness Team (MCS-CSA PT) which is part of the United Kingdom Ministry of Defence (the \"Authority\") intends to place a contract with Trident Maritime Systems [UK Limited] (the \"Company\") for the In-Service Support, including maintenance, repair and replacement component spares for communications and situational awareness equipment fitted to current [and future*] platforms including but not limited to QEC, LPD, T45, T23, RFA, T26, T31. The term of the proposed contract is envisaged to be five years (with an option for the Authority to extend the contract for an additional two years). The anticipated value of the contract [including options] will be circa PS12.5 million (Twelve Million, Five Hundred Thousand Pounds Sterling). Equipment items included in the scope of the proposed contract are: i. Improved Approach Lighting (IAL). ii. Mark 3 Glide Path Indicator (GPI MK3). iii. Visual Landing Aids (VLA) systems iv. Legacy Flight Deck Lighting. v. Electro-Magnetic (EM) and Digital LOG systems. vi. AGIMET 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 (in accordance with 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. In respect of GPI Mk3, IAL, AGILOG and AGILOG 2, VLA and AGIMET, these equipment items were all originally supplied in each case as complete systems by AGI Ltd involving either original development or commercial off-the-shelf purchases with subsequent modification by AGI Ltd. As the Authority does not have rights in the relevant information in the systems provided by AGI Ltd sufficient for it to provide to a third party to repair and maintain the equipment it is obliged to contract with the successor business of AGI Ltd, namely TMS UK Ltd. Only TMS UK Ltd as successor business has the expertise and know how and experience necessary to undertake the work and only they can provide the relevant safety cases on which the Authority can reasonably rely and which are sufficient for the Authority to discharge its obligations under relevant Aviation Operating Orders and Defence Standards. Furthermore even if a third party were capable of providing the services TMS UK Ltd is unwilling to licence out the ability to undertake the repairs, maintenance and spares provision to a third party. In addition, in relation to certain equipment (GPI Mk3 and IAL) TMS UK Ltd has developed bespoke testing equipment which only they have at their disposal to carry out the required services. In respect of the Flight Deck Lighting - there is a prospective minimal spend of between 2K and 10K per annum, which will be sub-contracted to [?????], being the only supplier who has the expertise to undertake the service on this legacy system."
},
"awards": [
{
"id": "010522-2024-710076450-1",
"relatedLots": [
"1"
],
"title": "VLA ISS",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-44145",
"name": "MOD"
}
]
}
],
"parties": [
{
"id": "GB-FTS-109543",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "MOD, Abby Wood, Bristol",
"locality": "Bristol",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "thomas.redmore100@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-44145",
"name": "MOD",
"identifier": {
"legalName": "MOD"
},
"address": {
"locality": "Bristol",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-109544",
"name": "MOD Abby Wood",
"identifier": {
"legalName": "MOD Abby Wood"
},
"address": {
"locality": "Brsitol",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-109543",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "010522-2024-710076450-1",
"awardID": "010522-2024-710076450-1",
"title": "VLA ISS",
"status": "active",
"dateSigned": "2024-04-02T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 11000000,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 12000000,
"currency": "GBP"
}
]
},
"language": "en"
}