Notice Information
Notice Title
Hydraulic Support Equipment
Notice Description
In-service support arrangement for the support of a range of the MODs Hydraulic Test Systems. This will include elements of spare provision, repairs of major equipment and sub-components, technical support and modifications.
Lot Information
Lot 1
In-service support arrangement for the support of a range of the MODs Hydraulic Test Systems. This will include elements of spare provision, repairs of major equipment and sub-components, technical support and modifications.
Options: 2 x 1 year extension options 4 x added equipment to scope options
Procurement Information
The Air Commodities team, part of the Ministry of Defence, intends to enter into a contract with Test Fuchs GmbH for the Provision of an in-service support arrangement for the support and modification of a range of the MODs Hydraulic Test Systems. This will include elements of spare provision, repairs of major equipment and sub-components, technical support and modifications. The contract will be for three years, plus two one-year options and have a value of approximately PS6m (including options). In accordance with Regulation 4 of the Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this contract falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011(the "DSPCR 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 Defence Security Public Procurement Regulations 2011 because competition is absent for technical reasons. Test Fuchs (TF) are the Original Equipment Manufacturer for a technically complex range of aircraft Hydraulic Servicing Trollies (HST), Static Hydraulic Test Benches (HTB) and Damper Absorbers Test Trolley (DATT). To ensure specific hydraulic circuit parameters are maintained and no damage to complex aircraft systems occurs all of TF HST and HTB's owned and operated by the MoD are subject to a 24-month calibration test utilising the TF Calibration Transfer Stand (CTS1, CTS2 and CTS3) which automatically interrogates the operating parameters of the equipment ensuring specific safety parameters are maintained. These CTS rigs are themselves subject to an annual Master calibration and are returned to TF HQ in Austria where a Master Calibration Unit is utilised within a controlled environment to ensure a high level of compliance. The above equipment's proprietary software has been designed and is owned by TF who have previously stated that they do not intend to release it to any third party. This mature software is critical to the functionality of the above equipment and helps underpin the safety argument used by AC DT to provide an important level of Safety assurance via the specific Safety Assessment Report for this equipment. The DT holds neither the rights nor the source code to enable it to confidently go out to the wider market without introducing a certain level of risk which would be unacceptable from an engineering perspective. In Addition, the OEM holds all the IPR for the design and manufacture to the structure and the operating system specifications for the equipment. This specialist technical knowledge underpins each decision they make and enables them to provide the DT with key safety information, configuration control and technical support which underpins the Safety argument contained within the equipment SAR, it also allows for the continued safe running of this ageing equipment whilst providing a high level of safety confidence in the range of equipment they support.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04db5c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/003594-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- 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
35000000 - Security, fire-fighting, police and defence equipment
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £6,000,000 £1M-£10M
Notice Dates
- Publication Date
- 4 Feb 20251 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 3 Feb 20251 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
- jamie.malone417@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-04db5c-2025-02-04T10:33:00Z",
"date": "2025-02-04T10:33:00Z",
"ocid": "ocds-h6vhtk-04db5c",
"initiationType": "tender",
"tender": {
"id": "712595450",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Hydraulic Support Equipment",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "35000000",
"description": "Security, fire-fighting, police and defence equipment"
},
"mainProcurementCategory": "goods",
"description": "In-service support arrangement for the support of a range of the MODs Hydraulic Test Systems. This will include elements of spare provision, repairs of major equipment and sub-components, technical support and modifications.",
"lots": [
{
"id": "1",
"description": "In-service support arrangement for the support of a range of the MODs Hydraulic Test Systems. This will include elements of spare provision, repairs of major equipment and sub-components, technical support and modifications.",
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Lowest price"
}
]
},
"hasOptions": true,
"options": {
"description": "2 x 1 year extension options 4 x added equipment to scope options"
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_PROC_NEGOTIATED_PRIOR_CALL_COMPETITION",
"description": "No tenders or no suitable tenders/requests to participate in response to negotiated procedure with prior publication of a contract notice"
},
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_MANUF_FOR_RESEARCH",
"description": "The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive"
},
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_TECHNICAL",
"description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
},
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_ALL_TENDERS",
"description": "All tenders submitted in reply to a restricted procedure, negotiated procedure with prior publication of a contract notice or competitive dialogue were irregular or unacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria"
}
],
"procurementMethodRationale": "The Air Commodities team, part of the Ministry of Defence, intends to enter into a contract with Test Fuchs GmbH for the Provision of an in-service support arrangement for the support and modification of a range of the MODs Hydraulic Test Systems. This will include elements of spare provision, repairs of major equipment and sub-components, technical support and modifications. The contract will be for three years, plus two one-year options and have a value of approximately PS6m (including options). In accordance with Regulation 4 of the Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this contract falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011(the \"DSPCR 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 Defence Security Public Procurement Regulations 2011 because competition is absent for technical reasons. Test Fuchs (TF) are the Original Equipment Manufacturer for a technically complex range of aircraft Hydraulic Servicing Trollies (HST), Static Hydraulic Test Benches (HTB) and Damper Absorbers Test Trolley (DATT). To ensure specific hydraulic circuit parameters are maintained and no damage to complex aircraft systems occurs all of TF HST and HTB's owned and operated by the MoD are subject to a 24-month calibration test utilising the TF Calibration Transfer Stand (CTS1, CTS2 and CTS3) which automatically interrogates the operating parameters of the equipment ensuring specific safety parameters are maintained. These CTS rigs are themselves subject to an annual Master calibration and are returned to TF HQ in Austria where a Master Calibration Unit is utilised within a controlled environment to ensure a high level of compliance. The above equipment's proprietary software has been designed and is owned by TF who have previously stated that they do not intend to release it to any third party. This mature software is critical to the functionality of the above equipment and helps underpin the safety argument used by AC DT to provide an important level of Safety assurance via the specific Safety Assessment Report for this equipment. The DT holds neither the rights nor the source code to enable it to confidently go out to the wider market without introducing a certain level of risk which would be unacceptable from an engineering perspective. In Addition, the OEM holds all the IPR for the design and manufacture to the structure and the operating system specifications for the equipment. This specialist technical knowledge underpins each decision they make and enables them to provide the DT with key safety information, configuration control and technical support which underpins the Safety argument contained within the equipment SAR, it also allows for the continued safe running of this ageing equipment whilst providing a high level of safety confidence in the range of equipment they support."
},
"awards": [
{
"id": "003594-2025-712595450-1",
"relatedLots": [
"1"
],
"title": "Hydraulic Support Contract",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-136940",
"name": "Test Fuchs"
}
]
}
],
"parties": [
{
"id": "GB-FTS-5483",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Bristol",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Jamie.Malone417@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.mod.gov.uk",
"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-136940",
"name": "Test Fuchs",
"identifier": {
"legalName": "Test Fuchs"
},
"address": {
"streetAddress": "Unit 30 King Street Industrial Estate",
"locality": "Peterborough",
"region": "UK",
"postalCode": "PE6 9NF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-33185",
"name": "DE&S",
"identifier": {
"legalName": "DE&S"
},
"address": {
"locality": "Bristol",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-5483",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "003594-2025-712595450-1",
"awardID": "003594-2025-712595450-1",
"title": "Hydraulic Support Contract",
"status": "active",
"value": {
"amount": 6000000,
"currency": "GBP"
},
"dateSigned": "2025-02-03T00:00:00Z"
}
],
"links": [
{
"rel": "canonical",
"href": "www.contracts.mod.uk"
}
],
"language": "en"
}