Award

Warrior Training System

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

27 Feb 2025 at 12:09

Summary of the contracting process

The Ministry of Defence (MoD) has completed the awarding stage of the public procurement process for the Warrior Training System (WTS), a contract valued at £3,500,000. Operating under a "limited" procurement method, the MoD placed a single-source contract without prior publication of a contract notice, justifying this due to technical reasons and the unique qualifications of the supplier. The contract has been awarded to CAE (UK) PLC based in West Sussex, United Kingdom, for an initial period of one year, with options to extend yearly for up to three additional years. The industry category is training services in defence and security materials within the UK, and all training will be conducted in line with the Government Security Classification policy.

This tender represents a considerable opportunity for organisations specialised in defence training systems or related technical support services to engage in subcontracting roles, especially those experienced in maintaining and managing ageing defence equipment. Businesses with expertise in creating sophisticated training simulation systems could find subcontracting potential under CAE's leadership. The specified requirements create collaborative opportunities for technical experts to address the challenge of obsolescence management within the armed forces' training systems, aiding in the long-term sustenance and enhancement of critical military training infrastructure.

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

Warrior Training System

Notice Description

The MoD intends to place a single source contract with CAE (UK) plc for an initial period of 1 year, with options to extend for a further 3 years (in 1-year increments), therefore the contract duration will be for a maximum 4 years.

Lot Information

Lot 1

The Training Simulation Systems Programme within Defence Equipment and Support, part of the UK Ministry of Defence (MoD) has a requirement for Warrior Training Systems (WTS). WTS comprises of the Warrior Gunnery Turret Trainer (WRGTT), Warrior Desk Top Trainer (WRDTT), and the Artillery Fire Control Trainer (AFCT). The gunner and commander training progression uses the in-service WRGTT, WRPTT and WRDTT to train individuals and crews before they progress onto the vehicle and live firing.

Options: One year baseline Contract with the option to extend for up to 3x1 additional years

Procurement Information

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 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 this Contract without prior publication of a contract notice in the UK e-notification service is lawful in accordance with regulation 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for technical reasons. Due to the duration of the service of WTS there is a challenge to maintain aging equipment. Furthermore, the estimated out of service date (OSD) for WTS is between 2027 and 2030, meaning obsolescence management is a priority for the contract. With CAE being the Design Authority (DA) and the originator of the production manuals and technical drawings for WTS, this means that CAE Plc is the only economic operator with the required technical expertise required to perform the Contract.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e855
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/007385-2025
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

80 - Education and training services


CPV Codes

80600000 - Training services in defence and security materials

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£3,500,000 £1M-£10M

Notice Dates

Publication Date
27 Feb 202512 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
27 Feb 202512 months 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
christopher.fullbrook100@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

CAE (PLC

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-04e855-2025-02-27T12:09:53Z",
    "date": "2025-02-27T12:09:53Z",
    "ocid": "ocds-h6vhtk-04e855",
    "description": "The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification. https://www.gov.uk/government/publications/government-security-classifications",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04e855",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Warrior Training System",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "80600000",
            "description": "Training services in defence and security materials"
        },
        "mainProcurementCategory": "services",
        "description": "The MoD intends to place a single source contract with CAE (UK) plc for an initial period of 1 year, with options to extend for a further 3 years (in 1-year increments), therefore the contract duration will be for a maximum 4 years.",
        "lots": [
            {
                "id": "1",
                "description": "The Training Simulation Systems Programme within Defence Equipment and Support, part of the UK Ministry of Defence (MoD) has a requirement for Warrior Training Systems (WTS). WTS comprises of the Warrior Gunnery Turret Trainer (WRGTT), Warrior Desk Top Trainer (WRDTT), and the Artillery Fire Control Trainer (AFCT). The gunner and commander training progression uses the in-service WRGTT, WRPTT and WRDTT to train individuals and crews before they progress onto the vehicle and live firing.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Lowest price"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "One year baseline Contract with the option to extend for up to 3x1 additional years"
                }
            }
        ],
        "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"
            }
        ],
        "procurementMethodRationale": "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 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 this Contract without prior publication of a contract notice in the UK e-notification service is lawful in accordance with regulation 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for technical reasons. Due to the duration of the service of WTS there is a challenge to maintain aging equipment. Furthermore, the estimated out of service date (OSD) for WTS is between 2027 and 2030, meaning obsolescence management is a priority for the contract. With CAE being the Design Authority (DA) and the originator of the production manuals and technical drawings for WTS, this means that CAE Plc is the only economic operator with the required technical expertise required to perform the Contract."
    },
    "awards": [
        {
            "id": "007385-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-139416",
                    "name": "CAE (PLC)"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-5483",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "christopher.fullbrook100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.mod.com",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-139416",
            "name": "CAE (PLC)",
            "identifier": {
                "legalName": "CAE (PLC)"
            },
            "address": {
                "streetAddress": "Innovation Drive, Burgess Hill",
                "locality": "West Sussex",
                "region": "UK",
                "postalCode": "RH15 9TW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-8528",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "postalCode": "BS348JH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-5483",
        "name": "Ministry of Defence"
    },
    "contracts": [
        {
            "id": "007385-2025-1",
            "awardID": "007385-2025-1",
            "status": "active",
            "value": {
                "amount": 3500000,
                "currency": "GBP"
            },
            "dateSigned": "2025-02-27T00:00:00Z"
        }
    ],
    "language": "en"
}