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, has awarded 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.
Procurement Information
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0554ba
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/035631-2025
- 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
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35400000 - Military vehicles and associated parts
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
- 27 Jun 20258 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 2 Jun 20258 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Farnham David, attn: Farnham David
- Contact Email
- david.farnham@babcockinternational.com
- Contact Phone
- Not specified
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
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-0554ba-2025-06-27T10:19:30+01:00",
"date": "2025-06-27T10:19:30+01:00",
"ocid": "ocds-h6vhtk-0554ba",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-0554ba",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "The Supply of Heavy Armoured Vehicle Track and Associated Items",
"classification": {
"scheme": "CPV",
"id": "35400000",
"description": "Military vehicles and associated parts"
},
"mainProcurementCategory": "goods",
"additionalClassifications": [
{
"scheme": "TED_TYPE_SUPPLIES_CONTRACT",
"id": "PURCHASE",
"description": "Purchase"
}
],
"description": "The Defence Equipment & Support Land Equipment Vehicle Support Team (VST), part of the UK Ministry of Defence, has awarded 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.",
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UKG21"
}
]
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"procurementMethodRationaleClassifications": [
{
"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 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."
},
"awards": [
{
"id": "035631-2025-IRM24/7680-1",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-152734",
"name": "Cook Defence Systems Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-32604",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Building B15, MoD Donnington",
"locality": "Telford",
"postalCode": "TF2 8JT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Farnham David, attn: Farnham David",
"email": "david.farnham@babcockinternational.com"
},
"roles": [
"buyer"
]
},
{
"id": "GB-FTS-152734",
"name": "Cook Defence Systems Limited",
"identifier": {
"legalName": "Cook Defence Systems Limited"
},
"address": {
"locality": "Stanhope",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-FTS-32604",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "035631-2025-IRM24/7680-1",
"awardID": "035631-2025-IRM24/7680-1",
"status": "active",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"dateSigned": "2025-06-03T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 1
},
{
"id": "2",
"measure": "electronicBids",
"value": 1
}
]
},
"language": "en"
}