Award

Post Design Services (PDS) & Repairs for the Mobile Test Facility (MTF) Vehicle

DEFENCE EQUIPMENT AND SUPPORT

This public procurement record has 1 release in its history.

Award

21 Jul 2025 at 13:37

Summary of the contracting process

The Ministry of Defence's Defence Equipment and Support (DE&S) has completed a direct award contract, with BAE Systems (Operations) Limited, for Post Design Services (PDS) and repairs for the Mobile Test Facility (MTF) Vehicle. Located in Bristol, United Kingdom, the procurement falls under the defence and security sector and was facilitated under the Special Regime category. The tender was justified as a direct award due to BAE's exclusive technical capabilities and knowledge. The contract's implementation is scheduled to start on 22 January 2026 and run until 21 January 2027, with potential extensions up to January 2028.

This tender presents valuable opportunities for businesses specialising in communications system maintenance services, particularly those with a footprint in defence and security domains. Due to the direct award nature highlighting technical expertise, it favours large-scale enterprises with established procurement processes and existing capabilities in similar technical domains. Companies already engaged with government contracts or possessing sophisticated technical skills in supporting complex testing environments will find potential growth in aligning their offerings to meet the niche technical standards and requirements outlined in the contract.

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

Post Design Services (PDS) & Repairs for the Mobile Test Facility (MTF) Vehicle

Notice Description

The Situational Awareness Command and Control (SACC) Delivery Team, part of the UK Ministry of Defence (the Authority), intends to award a contract to BAE Systems (Operations) Limited (the Contractor) for the support of the One Mobile Test Facility (MTF), inclusive of bespoke Interoperability Test Tools (IOTT) to provide a complete Tactical Data Link (TDL) testing and assurance capability in the form of a Mercedes Sprinter Vehicle for all the current in-service TDL's including Link 11, Link 16 and Joint Range Extension Applications Protocol (JREAPC) across the Maritime platforms. BAE Systems (Operations) Limited are currently contracted to provide Post Design Services for the Mobile Test Facility and have exclusive rights for the Agile software. Subsequently, the Contractor has managed the IOTT capability since the MTF was procured supporting a wide range of test equipment and analysis software used to provide functional testing, monitoring, trialling, defect diagnosis and rectification of Maritime TDL fitted platforms. The MTF tests the new Link 16 MIDS JTRs Terminals and seeks to standardise all in-scope maritime platforms in the next 5 years under the Maritime Multi Link Programme in preparation for transition to in service Equipment Authorising Authority (EAA). The capability will replicate the ship environment to enable an accurate and quick defect rectification service to support both pre-deployment workups and platform release back into service following Operational Defect reporting and assistance and alterations and additions (repairs). It will enhance Navy Commands ability to support trials and NATO exercises with allied nations as the van can be driven to parts of the country not supported by a static TDL test facility to start the Link 11 and Link 16 network allowing the maritime platforms to join or to identify TDL issues with participating platforms. The Contractor is the only supplier to align the van suite of future test tools to the TDL scope ensuring a true replica of a unit afloat and thereby providing optimum support in the TDL test environment. The Contractor also holds the technical documentation, tools, software licences and know-how necessary to perform the service. The original software was designed many years ago and has been supported by the Contractor managing technical upgrades and obsolescence issues. On this basis it is considered that only the Contractor has the technical expertise and knowledge, including system specifications to support the software application. The Cyber Risk Level is Low, and the Risk Assessment Reference number is RAR-250529B05.

Procurement Information

It is considered that the direct award of the contract is lawful in accordance with section 41(1) of the Procurement Act 2023 and paragraph 6 of Schedule 5 for technical reasons as the Contractor owns the relevant technical information relating to the equipment and only the Contractor has the required technical expertise and know-how necessary to fulfil the Authority's requirement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05630d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/041683-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK5 - Transparency Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50334400 - Communications system maintenance services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£920,000 £500K-£1M
Contracts Value
Not specified

Notice Dates

Publication Date
21 Jul 20257 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
21 Jul 20257 months ago
Contract Period
22 Jan 2026 - 21 Jan 2027 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFENCE EQUIPMENT AND SUPPORT
Contact Name
Deborah Probert
Contact Email
deborah.probert812@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
Not specified

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Supplier Information

Number of Suppliers
1
Supplier Name

BAE SYSTEMS (OPERATIONS

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-05630d-2025-07-21T14:37:23+01:00",
    "date": "2025-07-21T14:37:23+01:00",
    "ocid": "ocds-h6vhtk-05630d",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PVRL-5831-GLMM",
            "name": "Defence Equipment and Support",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVRL-5831-GLMM"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "name": "Deborah Probert",
                "email": "deborah.probert812@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-equipment-and-support",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PBXB-4886-CXBX",
            "name": "BAE Systems (Operations) Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBXB-4886-CXBX"
            },
            "address": {
                "streetAddress": "Lupin Way",
                "locality": "Yeovil",
                "postalCode": "BA22 8UZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK23"
            },
            "contactPoint": {
                "email": "james.whiteman@baesystems.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVRL-5831-GLMM",
        "name": "Defence Equipment and Support"
    },
    "tender": {
        "id": "SACC/00114",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Post Design Services (PDS) & Repairs for the Mobile Test Facility (MTF) Vehicle",
        "description": "The Situational Awareness Command and Control (SACC) Delivery Team, part of the UK Ministry of Defence (the Authority), intends to award a contract to BAE Systems (Operations) Limited (the Contractor) for the support of the One Mobile Test Facility (MTF), inclusive of bespoke Interoperability Test Tools (IOTT) to provide a complete Tactical Data Link (TDL) testing and assurance capability in the form of a Mercedes Sprinter Vehicle for all the current in-service TDL's including Link 11, Link 16 and Joint Range Extension Applications Protocol (JREAPC) across the Maritime platforms. BAE Systems (Operations) Limited are currently contracted to provide Post Design Services for the Mobile Test Facility and have exclusive rights for the Agile software. Subsequently, the Contractor has managed the IOTT capability since the MTF was procured supporting a wide range of test equipment and analysis software used to provide functional testing, monitoring, trialling, defect diagnosis and rectification of Maritime TDL fitted platforms. The MTF tests the new Link 16 MIDS JTRs Terminals and seeks to standardise all in-scope maritime platforms in the next 5 years under the Maritime Multi Link Programme in preparation for transition to in service Equipment Authorising Authority (EAA). The capability will replicate the ship environment to enable an accurate and quick defect rectification service to support both pre-deployment workups and platform release back into service following Operational Defect reporting and assistance and alterations and additions (repairs). It will enhance Navy Commands ability to support trials and NATO exercises with allied nations as the van can be driven to parts of the country not supported by a static TDL test facility to start the Link 11 and Link 16 network allowing the maritime platforms to join or to identify TDL issues with participating platforms. The Contractor is the only supplier to align the van suite of future test tools to the TDL scope ensuring a true replica of a unit afloat and thereby providing optimum support in the TDL test environment. The Contractor also holds the technical documentation, tools, software licences and know-how necessary to perform the service. The original software was designed many years ago and has been supported by the Contractor managing technical upgrades and obsolescence issues. On this basis it is considered that only the Contractor has the technical expertise and knowledge, including system specifications to support the software application. The Cyber Risk Level is Low, and the Risk Assessment Reference number is RAR-250529B05.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "It is considered that the direct award of the contract is lawful in accordance with section 41(1) of the Procurement Act 2023 and paragraph 6 of Schedule 5 for technical reasons as the Contractor owns the relevant technical information relating to the equipment and only the Contractor has the required technical expertise and know-how necessary to fulfil the Authority's requirement.",
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersTechnicalReasons"
            },
            {
                "id": "defenceSecurityOperational"
            }
        ],
        "specialRegime": [
            "defenceSecurity"
        ],
        "lots": [
            {
                "id": "1",
                "status": "complete"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "pending",
            "value": {
                "amountGross": 1150000,
                "amount": 920000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PBXB-4886-CXBX",
                    "name": "BAE Systems (Operations) Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "50334400",
                            "description": "Communications system maintenance services"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2026-01-22T00:00:00+00:00",
                "endDate": "2027-01-21T23:59:59+00:00",
                "maxExtentDate": "2028-01-21T23:59:59+00:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The contract contains 2x 6 month options"
            },
            "hasOptions": true,
            "options": {
                "description": "The 2x 6 month options are for the continuation of support to the MTF and will only be taken up if there is a need to do so."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "041683-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/041683-2025",
                    "datePublished": "2025-07-21T14:37:23+01:00",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-01-16T23:59:59+00:00",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "language": "en"
}