Notice Information
Notice Title
In Service Support of Controlled Reception Positioning Antenna (CRPA), Precise Fixing System (PFS), NAVFIX and Outfit FSF also known as Precise Time and Frequency Equipment (PTFE)
Notice Description
The C2TNC delivery team, part of the Ministry of Defence (the "Authority") intends to enter into a contract with Drumgrange Ltd (the "Company") for in-service support for Controlled Reception Position Antenna (CRPA), Precise Fixing System (PFS), NAVFIX System and Outfit FSF (also known as Precise Time and Frequency Equipment (PTFE)). The CRPA, PFS, PTFE and NAVFIX systems are fitted to Royal Naval (RN) and Royal Fleet Auxiliary (RFA) platforms. The length of the new contract will be ten years. The approximate value of the contract is estimated PS20m excluding VAT. In accordance with Section 41(1)(a) of the Procurement Act 2023 (the "Act"), the Authority intends to rely on the Single Supplier direct award justification, as set out in Paragraph 6 of Schedule 5 of the Act, to award a public contract directly to the Company, a supplier that is not an excluded supplier. The CRPA, PFS, PTFE and NAVFIX systems are critical for RN platform navigation and deployment and any failure or degradation of these systems will place significant risk on the RN's ability to fulfil the Authority's required defence outcomes. The Company's technical expertise, technical data and manufacturing expertise is necessary to ensure that the systems remain fully operational and to deliver changes to the system's equipment in line with Navy Command requirements. The Company is the Original Equipment Manufacturer (OEM) for the individual NAVFIX, PTFE, and PFS systems. The CRPA, PFS, PTFE and NAVFIX systems have a significant degree of integration to ensure the overall operability of RN platforms. This configuration control provides system assurance, which is necessary for the systems to function on RN platforms. The Company is therefore the only operator with the technical information to (i) ensure these individual systems operate to their individual required standards and (ii) integrate these systems to achieve the level of operability required by RN platforms. As such, only the Company has the necessary technical information to be able to perform this requirement and to achieve delivery of this support requirement on all RN platforms within scope. Accordingly, due to an absence of competition for technical reasons, the Company is considered as the only supplier that can provide the services and there are no reasonable alternatives to those services as required by the Authority. The contract will not be awarded to an excluded or excludable supplier, a Contract Award Notice and Contract Details Notice will follow in accordance with Procurement Act 2023.
Procurement Information
The CRPA, PFS, PTFE and NAVFIX systems are critical for RN platform navigation and deployment and any failure or degradation of these systems will place significant risk on the RN's ability to fulfil the Authority's required defence outcomes. The Company's technical expertise, technical data and manufacturing expertise is necessary to ensure that the systems remain fully operational and to deliver changes to the system's equipment in line with Navy Command requirements. The Company is the Original Equipment Manufacturer (OEM) for the individual NAVFIX, PTFE, and PFS systems. The CRPA, PFS, PTFE and NAVFIX systems have a significant degree of integration to ensure the overall operability of RN platforms. This configuration control provides system assurance, which is necessary for the systems to function on RN platforms. The Company is therefore the only operator with the technical information to (i) ensure these individual systems operate to their individual required standards and (ii) integrate these systems to achieve the level of operability required by RN platforms. As such, only the Company has the necessary technical information to be able to perform this requirement and to achieve delivery of this support requirement on all RN platforms within scope. Accordingly, due to an absence of competition for technical reasons, the Company is considered as the only supplier that can provide the services and there are no reasonable alternatives to those services as required by the Authority.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05a035
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/078970-2025
- Current Stage
- Award
- All Stages
- Planning, Award
Procurement Classification
- Notice Type
- UK5 - Transparency Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Direct
- Procurement Method Details
- Direct award
- Tender Suitability
- SME
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
50 - Repair and maintenance services
-
- CPV Codes
38112100 - Global navigation and positioning systems (GPS or equivalent)
50640000 - Repair and maintenance services of warships
Notice Value(s)
- Tender Value
- £13,692,722 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- £20,000,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Dec 20252 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 4 Nov 2025Expired
- Award Date
- 2 Dec 20252 months ago
- Contract Period
- 30 Jun 2027 - 30 Jun 2034 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEFENCE EQUIPMENT AND SUPPORT
- Contact Name
- Chloe Agg
- Contact Email
- example.example@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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/078970-2025
2nd December 2025 - Transparency notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/058922-2025
23rd September 2025 - Pipeline notice on Find a Tender
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-05a035-2025-12-02T14:24:02Z",
"date": "2025-12-02T14:24:02Z",
"ocid": "ocds-h6vhtk-05a035",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "058922-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/058922-2025",
"datePublished": "2025-09-23T14:17:47+01:00",
"format": "text/html"
}
]
},
"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": "Chloe Agg",
"email": "example.example@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/defence-equipment-and-support",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-COH-01460044",
"name": "Drumgrange Ltd",
"identifier": {
"scheme": "GB-COH",
"id": "01460044"
},
"address": {
"streetAddress": "Unit A, The Forum, Hanworth Lane",
"locality": "Chertsey",
"postalCode": "KT16 9JX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ25"
},
"contactPoint": {
"email": "tarmstrong@drumgrange.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false
}
}
],
"buyer": {
"id": "GB-PPON-PVRL-5831-GLMM",
"name": "Defence Equipment and Support"
},
"tender": {
"id": "715634472",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "In Service Support of Controlled Reception Positioning Antenna (CRPA), Precise Fixing System (PFS), NAVFIX and Outfit FSF also known as Precise Time and Frequency Equipment (PTFE)",
"description": "The C2TNC delivery team, part of the Ministry of Defence (the \"Authority\") intends to enter into a contract with Drumgrange Ltd (the \"Company\") for in-service support for Controlled Reception Position Antenna (CRPA), Precise Fixing System (PFS), NAVFIX System and Outfit FSF (also known as Precise Time and Frequency Equipment (PTFE)). The CRPA, PFS, PTFE and NAVFIX systems are fitted to Royal Naval (RN) and Royal Fleet Auxiliary (RFA) platforms. The length of the new contract will be ten years. The approximate value of the contract is estimated PS20m excluding VAT. In accordance with Section 41(1)(a) of the Procurement Act 2023 (the \"Act\"), the Authority intends to rely on the Single Supplier direct award justification, as set out in Paragraph 6 of Schedule 5 of the Act, to award a public contract directly to the Company, a supplier that is not an excluded supplier. The CRPA, PFS, PTFE and NAVFIX systems are critical for RN platform navigation and deployment and any failure or degradation of these systems will place significant risk on the RN's ability to fulfil the Authority's required defence outcomes. The Company's technical expertise, technical data and manufacturing expertise is necessary to ensure that the systems remain fully operational and to deliver changes to the system's equipment in line with Navy Command requirements. The Company is the Original Equipment Manufacturer (OEM) for the individual NAVFIX, PTFE, and PFS systems. The CRPA, PFS, PTFE and NAVFIX systems have a significant degree of integration to ensure the overall operability of RN platforms. This configuration control provides system assurance, which is necessary for the systems to function on RN platforms. The Company is therefore the only operator with the technical information to (i) ensure these individual systems operate to their individual required standards and (ii) integrate these systems to achieve the level of operability required by RN platforms. As such, only the Company has the necessary technical information to be able to perform this requirement and to achieve delivery of this support requirement on all RN platforms within scope. Accordingly, due to an absence of competition for technical reasons, the Company is considered as the only supplier that can provide the services and there are no reasonable alternatives to those services as required by the Authority. The contract will not be awarded to an excluded or excludable supplier, a Contract Award Notice and Contract Details Notice will follow in accordance with Procurement Act 2023.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50640000",
"description": "Repair and maintenance services of warships"
},
{
"scheme": "CPV",
"id": "38112100",
"description": "Global navigation and positioning systems (GPS or equivalent)"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 14000000,
"amount": 13692722,
"currency": "GBP"
},
"procurementMethod": "direct",
"procurementMethodDetails": "Direct award",
"mainProcurementCategory": "services",
"specialRegime": [
"defenceSecurity"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2027-07-01T00:00:00+01:00",
"endDate": "2037-06-30T23:59:59+01:00"
},
"status": "complete",
"suitability": {
"sme": true
}
}
],
"communication": {
"futureNoticeDate": "2025-11-04T23:59:59+00:00"
},
"status": "complete",
"procurementMethodRationale": "The CRPA, PFS, PTFE and NAVFIX systems are critical for RN platform navigation and deployment and any failure or degradation of these systems will place significant risk on the RN's ability to fulfil the Authority's required defence outcomes. The Company's technical expertise, technical data and manufacturing expertise is necessary to ensure that the systems remain fully operational and to deliver changes to the system's equipment in line with Navy Command requirements. The Company is the Original Equipment Manufacturer (OEM) for the individual NAVFIX, PTFE, and PFS systems. The CRPA, PFS, PTFE and NAVFIX systems have a significant degree of integration to ensure the overall operability of RN platforms. This configuration control provides system assurance, which is necessary for the systems to function on RN platforms. The Company is therefore the only operator with the technical information to (i) ensure these individual systems operate to their individual required standards and (ii) integrate these systems to achieve the level of operability required by RN platforms. As such, only the Company has the necessary technical information to be able to perform this requirement and to achieve delivery of this support requirement on all RN platforms within scope. Accordingly, due to an absence of competition for technical reasons, the Company is considered as the only supplier that can provide the services and there are no reasonable alternatives to those services as required by the Authority.",
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
}
],
"procurementMethodRationaleClassifications": [
{
"id": "singleSuppliersTechnicalReasons"
}
]
},
"language": "en",
"awards": [
{
"id": "1",
"status": "pending",
"value": {
"amountGross": 20800000,
"amount": 20000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-01460044",
"name": "Drumgrange Ltd"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50640000",
"description": "Repair and maintenance services of warships"
},
{
"scheme": "CPV",
"id": "38112100",
"description": "Global navigation and positioning systems (GPS or equivalent)"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"contractPeriod": {
"startDate": "2027-07-01T00:00:00+01:00",
"endDate": "2034-06-30T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "3 additional 1 year options are available"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "078970-2025",
"documentType": "awardNotice",
"noticeType": "UK5",
"description": "Transparency notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/078970-2025",
"datePublished": "2025-12-02T14:24:02Z",
"format": "text/html"
}
],
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2027-02-19T23:59:59+00:00",
"status": "scheduled"
}
]
}
]
}