Award

7000000

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

03 Oct 2024 at 13:08

Summary of the contracting process

The Ministry of Defence (MoD) has completed the procurement process for a contract titled "7000000" in the IT services category, specifically focusing on consulting, software development, internet, and support. This contract involves in-service support, maintenance, repair, and replacement of component spares for the Electro-Optical System (EOS) and Glide Path Camera (GPC) equipment fitted to QEC platforms, with Ultra Maritime UK selected as the supplier. The contract, valued at approximately £7 million, is expected to last three years with an option for extension up to an additional three years. This procurement falls under the Defence and Security Public Contracts Regulations 2011 as amended, and the MoD, based in Bristol, executed the contract on 3rd October 2024.

This tender offers significant opportunities for growth for businesses specialising in IT services, particularly those proficient in high-security defence systems. Companies with expertise in specialised military equipment maintenance, extensive technical knowledge, and a history of working with complex systems would find this contract particularly well-suited. Additionally, firms that can develop and utilise unique testing equipment necessary for these specific systems are positioned to benefit. Collaborating with the MoD could enhance a company's portfolio, showcasing its capability to manage and maintain critical defence infrastructure effectively.

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

7000000

Notice Description

7000000

Lot Information

Lot 1

VTN for the placement of the EOS & GPC Equipment In-Service Support Contract The United Kingdom Ministry of Defence (the "Authority") intends to place a contract with Ultra Maritime UK (the "Company") for the In-Service Support, including maintenance, repair and replacement component spares for the EOS & GPC Equipment fitted to the QEC platforms. The term of the contract is envisaged to be three years (with an option for the Authority to extend the contract for up to an additional three years). The anticipated value of the contract will be circa PS7 million (Seven Million Pounds Sterling). Equipment items included in the scope of the proposed contract are: a. Electro-Optical Director I(EOD) b. EOS equipment cabinets c. Glide Path Camera (GPC) 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. This is because: a. EOS & GPC equipment performs the essential function of managing the known risk of an aircraft crashing whilst attempting to land on board a ship at sea. As such, the Authority requires absolute confidence that repairs and maintenance are carried out in accordance with design specifications, ensuring the equipment is fit for purpose and enabling the Armed Forces to function safely. The safety mitigation that this equipment provides is a key tenet of the Certificate of Safety (Aviation) issued to each aviation-capable platform. b. In respect of EOS & GPC equipment, there is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products concerned and the characteristics of the system(s) being maintained. c. The Company has developed in-house Special To Type Test equipment that is required to maintain, repair, fit and Set to Work the EOS & GPC equipment. d. In respect of the EOS & GPC equipment, the Company is the Original Equipment Manufacturer (OEM) for these systems. This range of equipment is designed to mitigate safety risks associated with landing aircraft on ships at sea. The Company is responsible for the overall system integrity and safe installation and operability, ensuring form fit for function is maintained and certifying that this safety-critical equipment remains fit for purpose, at both component and system level. e. EOS is a combined set of common equipment that must operate effectively and reliably as a complete system capability. The Company is the only supplier able to perform the services due to its extensive technical knowhow. f. In respect of the EOS & GPC equipment, the Company is the OEM and holds all IPR rights as these equipment items were designed as a sole venture. There is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products and the characteristics of the system(s) being maintained.

Procurement Information

VTN for the placement of the EOS & GPC Equipment In-Service Support Contract The United Kingdom Ministry of Defence (the "Authority") intends to place a contract with Ultra Maritime UK (the "Company") for the In-Service Support, including maintenance, repair and replacement component spares for the EOS & GPC Equipment fitted to the QEC platforms. The term of the contract is envisaged to be three years (with an option for the Authority to extend the contract for up to an additional three years). The anticipated value of the contract will be circa PS7 million (Seven Million Pounds Sterling). Equipment items included in the scope of the proposed contract are: a. Electro-Optical Director I(EOD) b. EOS equipment cabinets c. Glide Path Camera (GPC) 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. This is because: a. EOS & GPC equipment performs the essential function of managing the known risk of an aircraft crashing whilst attempting to land on board a ship at sea. As such, the Authority requires absolute confidence that repairs and maintenance are carried out in accordance with design specifications, ensuring the equipment is fit for purpose and enabling the Armed Forces to function safely. The safety mitigation that this equipment provides is a key tenet of the Certificate of Safety (Aviation) issued to each aviation-capable platform. b. In respect of EOS & GPC equipment, there is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products concerned and the characteristics of the system(s) being maintained. c. The Company has developed in-house Special To Type Test equipment that is required to maintain, repair, fit and Set to Work the EOS & GPC equipment. d. In respect of the EOS & GPC equipment, the Company is the Original Equipment Manufacturer (OEM) for these systems. This range of equipment is designed to mitigate safety risks associated with landing aircraft on ships at sea. The Company is responsible for the overall system integrity and safe installation and operability, ensuring form fit for function is maintained and certifying that this safety-critical equipment remains fit for purpose, at both component and system level. e. EOS is a combined set of common equipment that must operate effectively and reliably as a complete system capability. The Company is the only supplier able to perform the services due to its extensive technical knowhow. f. In respect of the EOS & GPC equipment, the Company is the OEM and holds all IPR rights as these equipment items were designed as a sole venture. There is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products and the characteristics of the system(s) being maintained.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04a577
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/031723-2024
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Negotiated without publication of a contract notice
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Oct 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
2 Oct 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

EOS GPC VTN

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-04a577-2024-10-03T14:08:13+01:00",
    "date": "2024-10-03T14:08:13+01:00",
    "ocid": "ocds-h6vhtk-04a577",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04a577",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "7000000",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "7000000",
        "lots": [
            {
                "id": "1",
                "description": "VTN for the placement of the EOS & GPC Equipment In-Service Support Contract The United Kingdom Ministry of Defence (the \"Authority\") intends to place a contract with Ultra Maritime UK (the \"Company\") for the In-Service Support, including maintenance, repair and replacement component spares for the EOS & GPC Equipment fitted to the QEC platforms. The term of the contract is envisaged to be three years (with an option for the Authority to extend the contract for up to an additional three years). The anticipated value of the contract will be circa PS7 million (Seven Million Pounds Sterling). Equipment items included in the scope of the proposed contract are: a. Electro-Optical Director I(EOD) b. EOS equipment cabinets c. Glide Path Camera (GPC) 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. This is because: a. EOS & GPC equipment performs the essential function of managing the known risk of an aircraft crashing whilst attempting to land on board a ship at sea. As such, the Authority requires absolute confidence that repairs and maintenance are carried out in accordance with design specifications, ensuring the equipment is fit for purpose and enabling the Armed Forces to function safely. The safety mitigation that this equipment provides is a key tenet of the Certificate of Safety (Aviation) issued to each aviation-capable platform. b. In respect of EOS & GPC equipment, there is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products concerned and the characteristics of the system(s) being maintained. c. The Company has developed in-house Special To Type Test equipment that is required to maintain, repair, fit and Set to Work the EOS & GPC equipment. d. In respect of the EOS & GPC equipment, the Company is the Original Equipment Manufacturer (OEM) for these systems. This range of equipment is designed to mitigate safety risks associated with landing aircraft on ships at sea. The Company is responsible for the overall system integrity and safe installation and operability, ensuring form fit for function is maintained and certifying that this safety-critical equipment remains fit for purpose, at both component and system level. e. EOS is a combined set of common equipment that must operate effectively and reliably as a complete system capability. The Company is the only supplier able to perform the services due to its extensive technical knowhow. f. In respect of the EOS & GPC equipment, the Company is the OEM and holds all IPR rights as these equipment items were designed as a sole venture. There is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products and the characteristics of the system(s) being maintained.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Lowest price"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "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"
            }
        ],
        "procurementMethodRationale": "VTN for the placement of the EOS & GPC Equipment In-Service Support Contract The United Kingdom Ministry of Defence (the \"Authority\") intends to place a contract with Ultra Maritime UK (the \"Company\") for the In-Service Support, including maintenance, repair and replacement component spares for the EOS & GPC Equipment fitted to the QEC platforms. The term of the contract is envisaged to be three years (with an option for the Authority to extend the contract for up to an additional three years). The anticipated value of the contract will be circa PS7 million (Seven Million Pounds Sterling). Equipment items included in the scope of the proposed contract are: a. Electro-Optical Director I(EOD) b. EOS equipment cabinets c. Glide Path Camera (GPC) 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. This is because: a. EOS & GPC equipment performs the essential function of managing the known risk of an aircraft crashing whilst attempting to land on board a ship at sea. As such, the Authority requires absolute confidence that repairs and maintenance are carried out in accordance with design specifications, ensuring the equipment is fit for purpose and enabling the Armed Forces to function safely. The safety mitigation that this equipment provides is a key tenet of the Certificate of Safety (Aviation) issued to each aviation-capable platform. b. In respect of EOS & GPC equipment, there is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products concerned and the characteristics of the system(s) being maintained. c. The Company has developed in-house Special To Type Test equipment that is required to maintain, repair, fit and Set to Work the EOS & GPC equipment. d. In respect of the EOS & GPC equipment, the Company is the Original Equipment Manufacturer (OEM) for these systems. This range of equipment is designed to mitigate safety risks associated with landing aircraft on ships at sea. The Company is responsible for the overall system integrity and safe installation and operability, ensuring form fit for function is maintained and certifying that this safety-critical equipment remains fit for purpose, at both component and system level. e. EOS is a combined set of common equipment that must operate effectively and reliably as a complete system capability. The Company is the only supplier able to perform the services due to its extensive technical knowhow. f. In respect of the EOS & GPC equipment, the Company is the OEM and holds all IPR rights as these equipment items were designed as a sole venture. There is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products and the characteristics of the system(s) being maintained."
    },
    "awards": [
        {
            "id": "031723-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-125830",
                    "name": "EOS GPC VTN"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-5483",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "thomas.redmore100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "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-125830",
            "name": "EOS GPC VTN",
            "identifier": {
                "legalName": "EOS GPC VTN"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-125831",
            "name": "EOS GPC",
            "identifier": {
                "legalName": "EOS GPC"
            },
            "address": {
                "locality": "Bristol",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-5483",
        "name": "Ministry of Defence"
    },
    "contracts": [
        {
            "id": "031723-2024-1",
            "awardID": "031723-2024-1",
            "status": "active",
            "dateSigned": "2024-10-03T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "3",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 7000000,
                "currency": "GBP"
            },
            {
                "id": "4",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 7000000,
                "currency": "GBP"
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 7000000,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 7000000,
                "currency": "GBP"
            }
        ]
    },
    "language": "en"
}