Award

The Supply of Heavy Armoured Vehicle Track and Associated Items

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

03 Dec 2024 at 14:51

Summary of the contracting process

The Ministry of Defence, through the Defence Equipment & Support Land Equipment Vehicle Support Team (VST), has awarded a single-source framework contract to Cook Defence Systems Ltd. The contract, titled "The Supply of Heavy Armoured Vehicle Track and Associated Items," falls under the goods category and is classified within the industry of military vehicles and parts. The procurement process has reached the award stage as of 22nd November 2024. The contract, worth an estimated £125 million, covers the provision of track for various armoured platforms including the Bulldog, Challenger 2 and 3, CRARRV, DTT, Titan, Trojan, Terrier, and Warrior for a duration of 2 years, with an option to extend for an additional year. This procurement does not involve prior publication of a notice due to its technical and operational specifications, aligned with UK Defence Procurement regulations.

This tender presents significant opportunities for businesses involved in the supply and maintenance of military vehicle parts, especially those who can partner or subcontract with Cook Defence Systems Ltd. Companies specialising in manufacturing, logistics, and technical support for armoured fighting vehicles could greatly benefit from this contract. It opens avenues for collaboration, technological advancement, and expertise sharing in the specific field of military vehicle track systems. The provision of high-quality, technically compliant components will be crucial, making this tender well-suited for firms with established credentials and capabilities in the defence sector.

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

The Supply of Heavy Armoured Vehicle Track and Associated Items

Notice Description

The Defence Equipment & Support Land Equipment Vehicle Support Team (VST), part of the UK Ministry of Defence, intends to award a single source framework contract to Cook Defence Systems (CDS) for the provision of track for the VST managed Armoured Fighting Vehicle fleet for a period of 2 years with the option to extend for a further year (one-year option). Please note, Babcock Land Defence Limited (BLDL) is acting as agent on behalf of the Ministry of Defence.

Lot Information

Lot 1

The Defence Equipment & Support Land Equipment Vehicle Support Team (VST), part of the UK Ministry of Defence, intends to award a single source framework contract to Cook Defence Systems (CDS) for the provision of track for the VST managed Armoured Fighting Vehicle fleet for a period of 2 years with the option to extend for a further year (one-year option). This contract will provide Track for armoured platforms including Bulldog, Challenger 2 and 3, Challenger Armoured Repair and Recovery Vehicle (CRARRV), Challenger Driver Training Tank (DTT), Titan, Trojan, Terrier and Warrior. The estimated total contract value (including option years) is not expected to exceed PS125M. 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 (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 for technical reasons and regulation 16(1)(b)(i)(bb) relating to operation and maintenance. It is believed that the services to be provided under the contract can only be supplied by the CDS because CDS is the Original Equipment Manufacturer (OEM) and Design Authority (DA) for these platforms tracks and as such have a detailed understanding of the inherent design of each vehicles track system, understand the implications on the safe operability of the vehicles from any proposed design changes to the parent platform and has developed the necessary relationships with the parent platform's DA's. The Authority is unable to procure a differing track product due to the disproportionate cost and significant logistical and technical burden a mixed configuration of track components would have on the Front Line Command (FLC). The Authority would need to ensure that FLC are trained in the installation and maintenance of two different types of track and the Authority will need to sufficiently procure two different sets of track under separate contracts to ensure sufficient spares for both types are available. Additionally, there is a significant logistical burden on the FLC whereby they will have to ensure sufficient load carrying capability is available to transit two different types of track to support deployed Operational and Training fleets. Technical risk is created whereby maintainers may inadvertently cross-contaminate track from the differing types, invalidating the Safety Case for that platform. All of this creates an unacceptable operational risk and the Authority does not intend to procure a sufficient number of track components to enact a whole-fleet replacement to eliminate the risk of a mixed configuration. This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis and is published for reasons of transparency. Please note, Babcock Land Defence Limited (BLDL) is acting as agent on behalf of the Ministry of Defence, in the first instance interested parties may contact Babcock with queries relating to this procurement CPV Codes: 35410000, 35411000, 35411100 Contract name: IRM24/7680 Risk Assessment Ref: RAR-240724B04 Cyber Risk Profile: N/A

Options: 2 Years Plus 1 Option Year

Procurement Information

The Defence Equipment & Support Land Equipment Vehicle Support Team (VST), part of the UK Ministry of Defence, intends to award a single source framework contract to Cook Defence Systems (CDS) for the provision of track for the VST managed Armoured Fighting Vehicle fleet for a period of 2 years with the option to extend for a further year (one-year option). This contract will provide Track for armoured platforms including Bulldog, Challenger 2 and 3, Challenger Armoured Repair and Recovery Vehicle (CRARRV), Challenger Driver Training Tank (DTT), Titan, Trojan, Terrier and Warrior. The estimated total contract value (including option years) is not expected to exceed PS125M. 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 (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 for technical reasons and regulation 16(1)(b)(i)(bb) relating to operation and maintenance. It is believed that the services to be provided under the contract can only be supplied by the CDS because CDS is the Original Equipment Manufacturer (OEM) and Design Authority (DA) for these platforms tracks and as such have a detailed understanding of the inherent design of each vehicles track system, understand the implications on the safe operability of the vehicles from any proposed design changes to the parent platform and has developed the necessary relationships with the parent platform's DA's. The Authority is unable to procure a differing track product due to the disproportionate cost and significant logistical and technical burden a mixed configuration of track components would have on the Front Line Command (FLC). The Authority would need to ensure that FLC are trained in the installation and maintenance of two different types of track and the Authority will need to sufficiently procure two different sets of track under separate contracts to ensure sufficient spares for both types are available. Additionally, there is a significant logistical burden on the FLC whereby they will have to ensure sufficient load carrying capability is available to transit two different types of track to support deployed Operational and Training fleets. Technical risk is created whereby maintainers may inadvertently cross-contaminate track from the differing types, invalidating the Safety Case for that platform. All of this creates an unacceptable operational risk and the Authority does not intend to procure a sufficient number of track components to enact a whole-fleet replacement to eliminate the risk of a mixed configuration. This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis and is published for reasons of transparency. Please note, Babcock Land Defence Limited (BLDL) is acting as agent on behalf of the Ministry of Defence, in the first instance interested parties may contact Babcock with queries relating to this procurement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04c1e3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/038932-2024
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Goods
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

35 - Security, fire-fighting, police and defence equipment


CPV Codes

35400000 - Military vehicles and associated parts

35410000 - Armoured military vehicles

35411000 - Battle tanks

35411100 - Main battle tanks

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£125,000,000 £100M-£1B

Notice Dates

Publication Date
3 Dec 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
22 Nov 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
David Farnham
Contact Email
david.farnham@babcockinternational.com
Contact Phone
+44 1952967419

Buyer Location

Locality
TELFORD
Postcode
TF2 8JT
Post Town
Telford
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG2 Shropshire and Staffordshire
Small Region (ITL 3)
TLG21 Telford and Wrekin
Delivery Location
TLG21 Telford and Wrekin

Local Authority
Telford and Wrekin
Electoral Ward
Donnington
Westminster Constituency
The Wrekin

Supplier Information

Number of Suppliers
1
Supplier Name

COOK DEFENCE SYSTEMS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04c1e3-2024-12-03T14:51:28Z",
    "date": "2024-12-03T14:51:28Z",
    "ocid": "ocds-h6vhtk-04c1e3",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04c1e3",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "The Supply of Heavy Armoured Vehicle Track and Associated Items",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "35400000",
            "description": "Military vehicles and associated parts"
        },
        "mainProcurementCategory": "goods",
        "description": "The Defence Equipment & Support Land Equipment Vehicle Support Team (VST), part of the UK Ministry of Defence, intends to award a single source framework contract to Cook Defence Systems (CDS) for the provision of track for the VST managed Armoured Fighting Vehicle fleet for a period of 2 years with the option to extend for a further year (one-year option). Please note, Babcock Land Defence Limited (BLDL) is acting as agent on behalf of the Ministry of Defence.",
        "lots": [
            {
                "id": "1",
                "description": "The Defence Equipment & Support Land Equipment Vehicle Support Team (VST), part of the UK Ministry of Defence, intends to award a single source framework contract to Cook Defence Systems (CDS) for the provision of track for the VST managed Armoured Fighting Vehicle fleet for a period of 2 years with the option to extend for a further year (one-year option). This contract will provide Track for armoured platforms including Bulldog, Challenger 2 and 3, Challenger Armoured Repair and Recovery Vehicle (CRARRV), Challenger Driver Training Tank (DTT), Titan, Trojan, Terrier and Warrior. The estimated total contract value (including option years) is not expected to exceed PS125M. 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 (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 for technical reasons and regulation 16(1)(b)(i)(bb) relating to operation and maintenance. It is believed that the services to be provided under the contract can only be supplied by the CDS because CDS is the Original Equipment Manufacturer (OEM) and Design Authority (DA) for these platforms tracks and as such have a detailed understanding of the inherent design of each vehicles track system, understand the implications on the safe operability of the vehicles from any proposed design changes to the parent platform and has developed the necessary relationships with the parent platform's DA's. The Authority is unable to procure a differing track product due to the disproportionate cost and significant logistical and technical burden a mixed configuration of track components would have on the Front Line Command (FLC). The Authority would need to ensure that FLC are trained in the installation and maintenance of two different types of track and the Authority will need to sufficiently procure two different sets of track under separate contracts to ensure sufficient spares for both types are available. Additionally, there is a significant logistical burden on the FLC whereby they will have to ensure sufficient load carrying capability is available to transit two different types of track to support deployed Operational and Training fleets. Technical risk is created whereby maintainers may inadvertently cross-contaminate track from the differing types, invalidating the Safety Case for that platform. All of this creates an unacceptable operational risk and the Authority does not intend to procure a sufficient number of track components to enact a whole-fleet replacement to eliminate the risk of a mixed configuration. This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis and is published for reasons of transparency. Please note, Babcock Land Defence Limited (BLDL) is acting as agent on behalf of the Ministry of Defence, in the first instance interested parties may contact Babcock with queries relating to this procurement CPV Codes: 35410000, 35411000, 35411100 Contract name: IRM24/7680 Risk Assessment Ref: RAR-240724B04 Cyber Risk Profile: N/A",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Lowest price"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "2 Years Plus 1 Option Year"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35410000",
                        "description": "Armoured military vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35411000",
                        "description": "Battle tanks"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35411100",
                        "description": "Main battle tanks"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG21"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated without publication of a contract notice",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_PROC_NEGOTIATED_PRIOR_CALL_COMPETITION",
                "description": "No tenders or no suitable tenders/requests to participate in response to negotiated procedure with prior publication of a contract notice"
            },
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_MANUF_FOR_RESEARCH",
                "description": "The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive"
            },
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_PROTECT_RIGHTS",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to protection of exclusive rights, including intellectual property rights"
            }
        ],
        "procurementMethodRationale": "The Defence Equipment & Support Land Equipment Vehicle Support Team (VST), part of the UK Ministry of Defence, intends to award a single source framework contract to Cook Defence Systems (CDS) for the provision of track for the VST managed Armoured Fighting Vehicle fleet for a period of 2 years with the option to extend for a further year (one-year option). This contract will provide Track for armoured platforms including Bulldog, Challenger 2 and 3, Challenger Armoured Repair and Recovery Vehicle (CRARRV), Challenger Driver Training Tank (DTT), Titan, Trojan, Terrier and Warrior. The estimated total contract value (including option years) is not expected to exceed PS125M. 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 (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 for technical reasons and regulation 16(1)(b)(i)(bb) relating to operation and maintenance. It is believed that the services to be provided under the contract can only be supplied by the CDS because CDS is the Original Equipment Manufacturer (OEM) and Design Authority (DA) for these platforms tracks and as such have a detailed understanding of the inherent design of each vehicles track system, understand the implications on the safe operability of the vehicles from any proposed design changes to the parent platform and has developed the necessary relationships with the parent platform's DA's. The Authority is unable to procure a differing track product due to the disproportionate cost and significant logistical and technical burden a mixed configuration of track components would have on the Front Line Command (FLC). The Authority would need to ensure that FLC are trained in the installation and maintenance of two different types of track and the Authority will need to sufficiently procure two different sets of track under separate contracts to ensure sufficient spares for both types are available. Additionally, there is a significant logistical burden on the FLC whereby they will have to ensure sufficient load carrying capability is available to transit two different types of track to support deployed Operational and Training fleets. Technical risk is created whereby maintainers may inadvertently cross-contaminate track from the differing types, invalidating the Safety Case for that platform. All of this creates an unacceptable operational risk and the Authority does not intend to procure a sufficient number of track components to enact a whole-fleet replacement to eliminate the risk of a mixed configuration. This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis and is published for reasons of transparency. Please note, Babcock Land Defence Limited (BLDL) is acting as agent on behalf of the Ministry of Defence, in the first instance interested parties may contact Babcock with queries relating to this procurement."
    },
    "awards": [
        {
            "id": "038932-2024-IRM24/7680-1",
            "relatedLots": [
                "1"
            ],
            "title": "The Supply of Heavy Armoured Vehicle Track and Associated Items",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-131824",
                    "name": "Cook Defence Systems Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-32604",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Building B15, MoD Donnington",
                "locality": "Telford",
                "region": "UKG21",
                "postalCode": "TF2 8JT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "David Farnham",
                "telephone": "+44 1952967419",
                "email": "David.Farnham@babcockinternational.com"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "http://www.babcockinternational.com",
                "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"
                    }
                ]
            },
            "additionalContactPoints": [
                {
                    "email": "David.Farnham@babcockinternational.com"
                }
            ]
        },
        {
            "id": "GB-FTS-131824",
            "name": "Cook Defence Systems Ltd",
            "identifier": {
                "legalName": "Cook Defence Systems Ltd"
            },
            "address": {
                "streetAddress": "Stanhope, County Durham",
                "locality": "Stanhope",
                "region": "UKC1",
                "postalCode": "DL13 2YR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-32604",
        "name": "Ministry of Defence"
    },
    "contracts": [
        {
            "id": "038932-2024-IRM24/7680-1",
            "awardID": "038932-2024-IRM24/7680-1",
            "title": "The Supply of Heavy Armoured Vehicle Track and Associated Items",
            "status": "active",
            "value": {
                "amount": 125000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-11-22T00:00:00Z"
        }
    ],
    "language": "en"
}