Notice Information
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04c231
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/039071-2024
- 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
- 11 Jul 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
- 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
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-04c231-2024-12-04T14:00:17Z",
"date": "2024-12-04T14:00:17Z",
"ocid": "ocds-h6vhtk-04c231",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04c231",
"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": "039071-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-131920",
"name": "BAE system"
}
]
}
],
"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-131920",
"name": "BAE system",
"identifier": {
"legalName": "BAE system"
},
"address": {
"locality": "Dorchester",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-131921",
"name": "SSAMS 713402451 ( Ships Sensors and monitoring systems )",
"identifier": {
"legalName": "SSAMS 713402451 ( Ships Sensors and monitoring systems )"
},
"address": {
"locality": "bristol",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-5483",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "039071-2024-1",
"awardID": "039071-2024-1",
"status": "active",
"dateSigned": "2024-07-12T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 5000000,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 5000000,
"currency": "GBP"
}
]
},
"language": "en"
}