Award

The Supply of Heavy Armoured Vehicle Track and Associated Items

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

27 Jun 2025 at 09:19

Summary of the contracting process

The UK Ministry of Defence, through its Defence Equipment & Support Land Equipment Vehicle Support Team (VST), has awarded a framework contract to Cook Defence Systems Limited for the supply of heavy armoured vehicle track and associated items. The procurement falls within the industry category of "Military vehicles and associated parts" and is being managed from Telford, United Kingdom. This tendering process was conducted through limited procurement, specifically a negotiated procedure without the publication of a contract notice, due to technical reasons and the specialised nature of the required equipment. The award stage was finalised on 3rd June 2025, with the contract being active for a duration of two years, with a possible one-year extension. The decision to enter this contract was driven by the unique capability of the supplier as the original equipment manufacturer and design authority for these critical defence assets.

This procurement represents significant opportunities for businesses involved in the production or supply of military-grade components, especially those capable of forming strategic partnerships with existing contractors such as Cook Defence Systems. Companies specialising in military logistics, component manufacturing, or engineering services would find potential growth in aligning their operations with such a high-value contract from a major governmental defence body. As the contract was awarded without public tendering due to its technical specificity, businesses with niche expertise in defence systems or existing supply chain relationships to Cook Defence Systems or similar entities may find direct or indirect opportunities to broaden their involvement within this domain.

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

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

COOK DEFENCE SYSTEMS

Further Information

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-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"
}