Award

5000000

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

04 Dec 2024 at 13:59

Summary of the contracting process

The Ministry of Defence (MoD) of the United Kingdom has awarded a contract for In-Service Support for Ships Sensors and Monitoring Systems (SSAMS) to BAE Systems Surface Ships Limited. This contract, which involves spares, repairs, technical support, and on-board technical assistance for the SSAMS equipment fitted to the Royal Navy’s Type 45 Destroyers and Queen Elizabeth Class Carriers, spans three years with the option for three additional one-year extensions, summing up to a potential total of six years. The contract, valued between £4.5M and £10M, falls under the "Repair and maintenance services" (CPV: 50000000) category, and is centrally managed in Bristol, UK. The contract has been finalised and announced on 4 December 2024.

This contract presents substantial opportunities for businesses specialising in military equipment maintenance and support. Companies with expertise in complex systems integration, configuration management, and specialised repair services, particularly those familiar with METOC, AGMA, AMEIE, and VSS systems, are well-positioned to benefit as sub-contractors. Such collaboration can lead to substantial growth through involvement in high-value defence contracts, ensuring compliance with strict technical and safety standards, and fostering long-term partnerships with prime defence contractors like BAE Systems.

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

5000000

Notice Description

MOD Voluntary Transparency Notice for the Ships Sensors and Monitoring Systems (SSAMS) Interim In-Service Support Contract 1. United Kingdom Ministry of Defence (the "Authority") intends to place a contract with BAE Systems Surface Ships Limited (company number 06160534) (the "Company") for In-Service Support for Ships Sensors and Monitoring Systems (SSAMS) equipment fitted to the Royal Navy's Type 45 Destroyers and Queen Elizabeth Class Carriers. 2. The planned term of the contract is for 3 years with three one-year option years (up to 6 years total). The estimated value of this contract is up to Band E1 (PS4.5M - PS10M). 3. The contract will cover spares, repairs, technical support and on-board technical assistance for the following systems: * Meteorological and Oceanographic (METOC) System * Air Group Management Application (AGMA) System * Aircraft Movement Electrocic Information Equipment (AMEIE) * Visual Surveillance System (VSS) 4. 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. a. The full support of METOC, AGMA, AMEIE and VSS Systems is reliant upon the Company's knowledge as the Design Authority for the original design, manufacture and integration phases; and the comprehension and learning acquired through delivery of systems integration throughout the ships. In consequence, the information necessary to effect repairs and provide technical support and advice for the systems, and maintain safety compliance, rests solely with the Company. b. Overall Configuration Control of Software, System Architecture and Hardware must be strictly and effectively managed, to ensure the system elements remain correctly integrated and interoperable, precluding the sub-division of support of software and hardware support for each system. For the reasons set out in paragraph 4a, only the Company will be able to meet these requirements. Because of the reasons listed only the Company can perform the contract. 5. This VEAT Notice is not a request for Expressions of Interest (EoI) 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. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to the Company named above.

Lot Information

Lot 1

MOD Voluntary Transparency Notice for the Ships Sensors and Monitoring Systems (SSAMS) Interim In-Service Support Contract 1. United Kingdom Ministry of Defence (the "Authority") intends to place a contract with BAE Systems Surface Ships Limited (company number 06160534) (the "Company") for In-Service Support for Ships Sensors and Monitoring Systems (SSAMS) equipment fitted to the Royal Navy's Type 45 Destroyers and Queen Elizabeth Class Carriers. 2. The planned term of the contract is for 3 years with three one-year option years (up to 6 years total). The estimated value of this contract is up to Band E1 (PS4.5M - PS10M). 3. The contract will cover spares, repairs, technical support and on-board technical assistance for the following systems: * Meteorological and Oceanographic (METOC) System * Air Group Management Application (AGMA) System * Aircraft Movement Electrocic Information Equipment (AMEIE) * Visual Surveillance System (VSS) 4. 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. a. The full support of METOC, AGMA, AMEIE and VSS Systems is reliant upon the Company's knowledge as the Design Authority for the original design, manufacture and integration phases; and the comprehension and learning acquired through delivery of systems integration throughout the ships. In consequence, the information necessary to effect repairs and provide technical support and advice for the systems, and maintain safety compliance, rests solely with the Company. b. Overall Configuration Control of Software, System Architecture and Hardware must be strictly and effectively managed, to ensure the system elements remain correctly integrated and interoperable, precluding the sub-division of support of software and hardware support for each system. For the reasons set out in paragraph 4a, only the Company will be able to meet these requirements. Because of the reasons listed only the Company can perform the contract. 5. This VEAT Notice is not a request for Expressions of Interest (EoI) 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. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to the Company named above.

Procurement Information

MOD Voluntary Transparency Notice for the Ships Sensors and Monitoring Systems (SSAMS) Interim In-Service Support Contract 1. United Kingdom Ministry of Defence (the "Authority") intends to place a contract with BAE Systems Surface Ships Limited (company number 06160534) (the "Company") for In-Service Support for Ships Sensors and Monitoring Systems (SSAMS) equipment fitted to the Royal Navy's Type 45 Destroyers and Queen Elizabeth Class Carriers. 2. The planned term of the contract is for 3 years with three one-year option years (up to 6 years total). The estimated value of this contract is up to Band E1 (PS4.5M - PS10M). 3. The contract will cover spares, repairs, technical support and on-board technical assistance for the following systems: * Meteorological and Oceanographic (METOC) System * Air Group Management Application (AGMA) System * Aircraft Movement Electrocic Information Equipment (AMEIE) * Visual Surveillance System (VSS) 4. 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. a. The full support of METOC, AGMA, AMEIE and VSS Systems is reliant upon the Company's knowledge as the Design Authority for the original design, manufacture and integration phases; and the comprehension and learning acquired through delivery of systems integration throughout the ships. In consequence, the information necessary to effect repairs and provide technical support and advice for the systems, and maintain safety compliance, rests solely with the Company. b. Overall Configuration Control of Software, System Architecture and Hardware must be strictly and effectively managed, to ensure the system elements remain correctly integrated and interoperable, precluding the sub-division of support of software and hardware support for each system. For the reasons set out in paragraph 4a, only the Company will be able to meet these requirements. Because of the reasons listed only the Company can perform the contract. 5. This VEAT Notice is not a request for Expressions of Interest (EoI) 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. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to the Company named above.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04c22e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/039068-2024
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

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
4 Dec 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
28 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
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

SSAMS 713402451

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-04c22e-2024-12-04T13:59:18Z",
    "date": "2024-12-04T13:59:18Z",
    "ocid": "ocds-h6vhtk-04c22e",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04c22e",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "5000000",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50000000",
            "description": "Repair and maintenance services"
        },
        "mainProcurementCategory": "services",
        "description": "MOD Voluntary Transparency Notice for the Ships Sensors and Monitoring Systems (SSAMS) Interim In-Service Support Contract 1. United Kingdom Ministry of Defence (the \"Authority\") intends to place a contract with BAE Systems Surface Ships Limited (company number 06160534) (the \"Company\") for In-Service Support for Ships Sensors and Monitoring Systems (SSAMS) equipment fitted to the Royal Navy's Type 45 Destroyers and Queen Elizabeth Class Carriers. 2. The planned term of the contract is for 3 years with three one-year option years (up to 6 years total). The estimated value of this contract is up to Band E1 (PS4.5M - PS10M). 3. The contract will cover spares, repairs, technical support and on-board technical assistance for the following systems: * Meteorological and Oceanographic (METOC) System * Air Group Management Application (AGMA) System * Aircraft Movement Electrocic Information Equipment (AMEIE) * Visual Surveillance System (VSS) 4. 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. a. The full support of METOC, AGMA, AMEIE and VSS Systems is reliant upon the Company's knowledge as the Design Authority for the original design, manufacture and integration phases; and the comprehension and learning acquired through delivery of systems integration throughout the ships. In consequence, the information necessary to effect repairs and provide technical support and advice for the systems, and maintain safety compliance, rests solely with the Company. b. Overall Configuration Control of Software, System Architecture and Hardware must be strictly and effectively managed, to ensure the system elements remain correctly integrated and interoperable, precluding the sub-division of support of software and hardware support for each system. For the reasons set out in paragraph 4a, only the Company will be able to meet these requirements. Because of the reasons listed only the Company can perform the contract. 5. This VEAT Notice is not a request for Expressions of Interest (EoI) 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. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to the Company named above.",
        "lots": [
            {
                "id": "1",
                "description": "MOD Voluntary Transparency Notice for the Ships Sensors and Monitoring Systems (SSAMS) Interim In-Service Support Contract 1. United Kingdom Ministry of Defence (the \"Authority\") intends to place a contract with BAE Systems Surface Ships Limited (company number 06160534) (the \"Company\") for In-Service Support for Ships Sensors and Monitoring Systems (SSAMS) equipment fitted to the Royal Navy's Type 45 Destroyers and Queen Elizabeth Class Carriers. 2. The planned term of the contract is for 3 years with three one-year option years (up to 6 years total). The estimated value of this contract is up to Band E1 (PS4.5M - PS10M). 3. The contract will cover spares, repairs, technical support and on-board technical assistance for the following systems: * Meteorological and Oceanographic (METOC) System * Air Group Management Application (AGMA) System * Aircraft Movement Electrocic Information Equipment (AMEIE) * Visual Surveillance System (VSS) 4. 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. a. The full support of METOC, AGMA, AMEIE and VSS Systems is reliant upon the Company's knowledge as the Design Authority for the original design, manufacture and integration phases; and the comprehension and learning acquired through delivery of systems integration throughout the ships. In consequence, the information necessary to effect repairs and provide technical support and advice for the systems, and maintain safety compliance, rests solely with the Company. b. Overall Configuration Control of Software, System Architecture and Hardware must be strictly and effectively managed, to ensure the system elements remain correctly integrated and interoperable, precluding the sub-division of support of software and hardware support for each system. For the reasons set out in paragraph 4a, only the Company will be able to meet these requirements. Because of the reasons listed only the Company can perform the contract. 5. This VEAT Notice is not a request for Expressions of Interest (EoI) 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. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to the Company named above.",
                "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",
        "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"
            }
        ],
        "procurementMethodRationale": "MOD Voluntary Transparency Notice for the Ships Sensors and Monitoring Systems (SSAMS) Interim In-Service Support Contract 1. United Kingdom Ministry of Defence (the \"Authority\") intends to place a contract with BAE Systems Surface Ships Limited (company number 06160534) (the \"Company\") for In-Service Support for Ships Sensors and Monitoring Systems (SSAMS) equipment fitted to the Royal Navy's Type 45 Destroyers and Queen Elizabeth Class Carriers. 2. The planned term of the contract is for 3 years with three one-year option years (up to 6 years total). The estimated value of this contract is up to Band E1 (PS4.5M - PS10M). 3. The contract will cover spares, repairs, technical support and on-board technical assistance for the following systems: * Meteorological and Oceanographic (METOC) System * Air Group Management Application (AGMA) System * Aircraft Movement Electrocic Information Equipment (AMEIE) * Visual Surveillance System (VSS) 4. 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. a. The full support of METOC, AGMA, AMEIE and VSS Systems is reliant upon the Company's knowledge as the Design Authority for the original design, manufacture and integration phases; and the comprehension and learning acquired through delivery of systems integration throughout the ships. In consequence, the information necessary to effect repairs and provide technical support and advice for the systems, and maintain safety compliance, rests solely with the Company. b. Overall Configuration Control of Software, System Architecture and Hardware must be strictly and effectively managed, to ensure the system elements remain correctly integrated and interoperable, precluding the sub-division of support of software and hardware support for each system. For the reasons set out in paragraph 4a, only the Company will be able to meet these requirements. Because of the reasons listed only the Company can perform the contract. 5. This VEAT Notice is not a request for Expressions of Interest (EoI) 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. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to the Company named above."
    },
    "awards": [
        {
            "id": "039068-2024-713402451-1",
            "relatedLots": [
                "1"
            ],
            "title": "SSAMS 713402451",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-131917",
                    "name": "SSAMS 713402451"
                }
            ]
        }
    ],
    "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://des.mod.uk/locations/bristol/",
                "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-131917",
            "name": "SSAMS 713402451",
            "identifier": {
                "legalName": "SSAMS 713402451"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-131918",
            "name": "Ships Sensors and Monitoring Systems ( SSAMS )",
            "identifier": {
                "legalName": "Ships Sensors and Monitoring Systems ( SSAMS )"
            },
            "address": {
                "locality": "Bristol",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-5483",
        "name": "Ministry of Defence"
    },
    "contracts": [
        {
            "id": "039068-2024-713402451-1",
            "awardID": "039068-2024-713402451-1",
            "title": "SSAMS 713402451",
            "status": "active",
            "dateSigned": "2024-11-28T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 5000000,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 5000000,
                "currency": "GBP"
            }
        ]
    },
    "language": "en"
}