Award

12000000

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

02 Apr 2024 at 09:56

Summary of the contracting process

The Communications and Situational Awareness Team of the United Kingdom Ministry of Defence is seeking In-Service Support services, including maintenance, repair, and replacement of equipment, with a contract value of approximately £12.5 million. The contract covers a range of equipment items for platforms like QEC, LPD, T45, and more. This procurement, regulated under Defence and Security Public Contracts Regulations, involves an award procedure without prior publication of a call for competition.

This opportunity is well-suited for businesses offering repair and maintenance services, especially those with expertise in communications and situational awareness equipment. The Ministry of Defence aims to work with Trident Maritime Systems [UK Limited] for a five-year contract. Businesses with experience in providing safety cases, bespoke testing equipment, and maintenance for specialized equipment like Improved Approach Lighting and Mark 3 Glide Path Indicator are likely to find this tender particularly relevant.

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

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

MOD

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-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"
}