Notice Information
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.
Notice Details
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
Buyer & Supplier
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
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-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"
}