Notice Information
Notice Title
710845451 - In-Service Support (ISS) for Legacy Internal Communications Systems
Notice Description
In-service support, including OEM spares, repairs and technical support of a range of legacy master equipment encompassing CCTV, PABX, Flight Deck Comms, RICE 1&2, Main Broadcast and IR comms are deployed on RN, RFA surface platforms as well as subsurface platforms.
Lot Information
Lot 1
The replacement contract will provide continued in-service support of the systems and legacy equipment currently satisfied under the CSA/1097 Contract. There is a requirement for continuation of OEM spares, repairs and technical support for equipment covered by the extant CSA/1097 contract. CCTV, PABX, Flight Deck Comms, RICE 1&2, Main Broadcast and IR comms are deployed on RN, RFA surface platforms as well as subsurface platforms. The replacement contract has an estimated value of up to PS10 million (Ten Million Pounds Sterling, ex VAT) and will have a term of 5 (five) years with 2 (two) option years to align with the Authority's obsolescence management plan and technical refreshes in respect of the equipment.
Options: 2 (two) option years to align with the Authority's obsolescence management plan and technical refreshes in respect of the equipment.
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 place a new support contract with Total Integrated Solutions Limited (TIS Ltd) (the "Company") for continued in-service support of a range of legacy master equipment encompassing CCTV, PABX, Flight Deck Comms, RICE 1&2, Main Broadcast and IR comms deployed on RN, RFA surface platforms as well as subsurface platforms. In accordance with Regulation 4 of the Defence and Security Contracts (Amendment) (EU Exit) 2019 Regulations (SI 2019/697) this procurement is 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 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 replacement contract will provide continued in-service support of the systems and legacy equipment currently satisfied under the CSA/1097 Contract. There is a requirement for continuation of OEM spares, repairs and technical support for equipment covered by the extant CSA/1097 contract. CCTV, PABX, Flight Deck Comms, RICE 1&2, Main Broadcast and IR comms are deployed on RN, RFA surface platforms as well as subsurface platforms. The replacement contract has an estimated value of up to PS10 million (Ten Million Pounds Sterling, ex VAT) and will have a term of 5 (five) years with 2 (two) option years to align with the Authority's obsolescence management plan and technical refreshes in respect of the equipment. It is considered that for technical reasons this contract can be placed with TIS Limited as only TIS has the required technical knowledge, expertise and the specific know-how that is necessary to meet this requirement which they have gained over many years in order to support, manufacture, repair and maintain the legacy equipment's that are within the end of life stage and will be taken out of service iaw the Fleet programme. TIS have produced and own the proprietary rights to their own drawings, procedures, job instructions, work instructions, wiring loom boards, test interfaces, casting patterns and jigs that have been produced and are necessary in order to fulfil the Authority's requirements. The Authority does not have a right to obtain the necessary information/documentation from TIS Ltd. TIS Ltd are the only company with the capability to manufacture the majority of the internal communications as they are the Original Equipment Manufacturer and Design Authority for some equipment and the legacy drawings and technical documentation available to the authority is mostly out of date, incomplete and lacking in maturity. In order to maintain continuity and support, TIS has procured drawings, jigs & tools from other OEMs who cease to exist to retain the Design Authority support to key components such as watertight communication units and own artworks for hundreds of PECs that require manufacture. TIS are the only company who can support the current PABX systems with the specific knowledge of the programming software and encryption to allow the ability to configure the systems and are in the middle of a technical refresh programme to overcome obsolescence to keep the existing platforms operational. TIS has the accumulated technical data and specific knowledge required to support aged and legacy communication technology, in accordance with the technical requirements of the contract. Placing the replacement contract with TIS is critical to ensure that support equipment is secure by design and safe to operate.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-045628
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000239-2025
- 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
50 - Repair and maintenance services
-
- CPV Codes
50334400 - Communications system maintenance services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £10,630,864 £10M-£100M
Notice Dates
- Publication Date
- 6 Jan 20251 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 14 Mar 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
- Attn: Rebecca Colbourne, Chloe Agg
- Contact Email
- chloe.agg100@mod.gov.uk, rebecca.colbourne100@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- MOD ABBEYWOOD
- Postcode
- N/A
- 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
- TLF16 South Nottinghamshire
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Notice URLs
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-045628-2025-01-06T16:35:10Z",
"date": "2025-01-06T16:35:10Z",
"ocid": "ocds-h6vhtk-045628",
"initiationType": "tender",
"tender": {
"id": "710845451",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "710845451 - In-Service Support (ISS) for Legacy Internal Communications Systems",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50334400",
"description": "Communications system maintenance services"
},
"mainProcurementCategory": "services",
"description": "In-service support, including OEM spares, repairs and technical support of a range of legacy master equipment encompassing CCTV, PABX, Flight Deck Comms, RICE 1&2, Main Broadcast and IR comms are deployed on RN, RFA surface platforms as well as subsurface platforms.",
"lots": [
{
"id": "1",
"description": "The replacement contract will provide continued in-service support of the systems and legacy equipment currently satisfied under the CSA/1097 Contract. There is a requirement for continuation of OEM spares, repairs and technical support for equipment covered by the extant CSA/1097 contract. CCTV, PABX, Flight Deck Comms, RICE 1&2, Main Broadcast and IR comms are deployed on RN, RFA surface platforms as well as subsurface platforms. The replacement contract has an estimated value of up to PS10 million (Ten Million Pounds Sterling, ex VAT) and will have a term of 5 (five) years with 2 (two) option years to align with the Authority's obsolescence management plan and technical refreshes in respect of the equipment.",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": true,
"options": {
"description": "2 (two) option years to align with the Authority's obsolescence management plan and technical refreshes in respect of the equipment."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50334400",
"description": "Communications system maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "0",
"deliveryAddresses": [
{
"region": "UKF16"
}
],
"deliveryLocation": {
"description": "Mansfield"
}
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"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 place a new support contract with Total Integrated Solutions Limited (TIS Ltd) (the \"Company\") for continued in-service support of a range of legacy master equipment encompassing CCTV, PABX, Flight Deck Comms, RICE 1&2, Main Broadcast and IR comms deployed on RN, RFA surface platforms as well as subsurface platforms. In accordance with Regulation 4 of the Defence and Security Contracts (Amendment) (EU Exit) 2019 Regulations (SI 2019/697) this procurement is 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 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 replacement contract will provide continued in-service support of the systems and legacy equipment currently satisfied under the CSA/1097 Contract. There is a requirement for continuation of OEM spares, repairs and technical support for equipment covered by the extant CSA/1097 contract. CCTV, PABX, Flight Deck Comms, RICE 1&2, Main Broadcast and IR comms are deployed on RN, RFA surface platforms as well as subsurface platforms. The replacement contract has an estimated value of up to PS10 million (Ten Million Pounds Sterling, ex VAT) and will have a term of 5 (five) years with 2 (two) option years to align with the Authority's obsolescence management plan and technical refreshes in respect of the equipment. It is considered that for technical reasons this contract can be placed with TIS Limited as only TIS has the required technical knowledge, expertise and the specific know-how that is necessary to meet this requirement which they have gained over many years in order to support, manufacture, repair and maintain the legacy equipment's that are within the end of life stage and will be taken out of service iaw the Fleet programme. TIS have produced and own the proprietary rights to their own drawings, procedures, job instructions, work instructions, wiring loom boards, test interfaces, casting patterns and jigs that have been produced and are necessary in order to fulfil the Authority's requirements. The Authority does not have a right to obtain the necessary information/documentation from TIS Ltd. TIS Ltd are the only company with the capability to manufacture the majority of the internal communications as they are the Original Equipment Manufacturer and Design Authority for some equipment and the legacy drawings and technical documentation available to the authority is mostly out of date, incomplete and lacking in maturity. In order to maintain continuity and support, TIS has procured drawings, jigs & tools from other OEMs who cease to exist to retain the Design Authority support to key components such as watertight communication units and own artworks for hundreds of PECs that require manufacture. TIS are the only company who can support the current PABX systems with the specific knowledge of the programming software and encryption to allow the ability to configure the systems and are in the middle of a technical refresh programme to overcome obsolescence to keep the existing platforms operational. TIS has the accumulated technical data and specific knowledge required to support aged and legacy communication technology, in accordance with the technical requirements of the contract. Placing the replacement contract with TIS is critical to ensure that support equipment is secure by design and safe to operate.",
"additionalClassifications": [
{
"scheme": "TED_SERVICE_CATEGORY_DEFENCE",
"id": "3",
"description": "Defence services, military defence services and civil defence services"
}
],
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
}
},
"awards": [
{
"id": "013916-2024-710845451-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-112447",
"name": "Total Integrated Solutions Ltd"
}
]
},
{
"id": "000239-2025-710845451-1",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-134018",
"name": "Total Integrated Solutions Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-112446",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Communication & Situational Awareness, Maritime Combat Systems MOD Abbey Wood, #3213, Ash 2C, Bristol, BS34 8JH",
"locality": "MOD Abbeywood",
"region": "UKK12",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Chloe Agg",
"email": "chloe.agg100@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.contracts.mod.uk",
"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-112447",
"name": "Total Integrated Solutions Ltd",
"identifier": {
"legalName": "Total Integrated Solutions Ltd"
},
"address": {
"streetAddress": "Hamilton Way, Oakham Business Park, Mansfield, Nottinghamshire, NG18 5BU",
"locality": "Mansfield",
"region": "UKF14",
"postalCode": "NG18 5BU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-112448",
"name": "Communication & Situational Awareness, Maritime Combat Systems",
"identifier": {
"legalName": "Communication & Situational Awareness, Maritime Combat Systems"
},
"address": {
"streetAddress": "MOD Abbey Wood, #3213, Ash 2C, Bristol, BS34 8JH",
"locality": "MOD Abbeywood",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-134017",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Defence Equipment and Support, Abbey Wood,",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Attn: Rebecca Colbourne",
"email": "rebecca.colbourne100@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"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-134018",
"name": "Total Integrated Solutions Ltd",
"identifier": {
"legalName": "Total Integrated Solutions Ltd",
"id": "00490674"
},
"address": {
"streetAddress": "Hamilton Way, Oakham Business Park",
"locality": "Mansfield, Nottinghamshire",
"postalCode": "NG18 5BU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
]
},
{
"id": "GB-FTS-116642",
"name": "Defence Equipment and Support",
"identifier": {
"legalName": "Defence Equipment and Support"
},
"address": {
"streetAddress": "Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "rebecca.colbourne100@mod.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-134017",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "013916-2024-710845451-1",
"awardID": "013916-2024-710845451-1",
"status": "active",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"dateSigned": "2024-03-14T00:00:00Z"
},
{
"id": "000239-2025-710845451-1",
"awardID": "000239-2025-710845451-1",
"status": "active",
"value": {
"amount": 630864,
"currency": "GBP"
},
"dateSigned": "2024-12-19T00:00:00Z"
}
],
"language": "en",
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 1
},
{
"id": "2",
"measure": "electronicBids",
"value": 1
}
]
}
}