Section one: Contracting authority/entity
one.1) Name and addresses
Ministry of Defence
Bristol
christopher.fullbrook100@mod.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Warrior Training System
two.1.2) Main CPV code
- 80600000 - Training services in defence and security materials
two.1.3) Type of contract
Services
two.1.4) Short 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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £3,500,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
One year baseline Contract with the option to extend for up to 3x1 additional years
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure without publication of a contract notice
- No tenders or no suitable tenders/requests to participate in response to negotiated procedure with prior publication of a contract notice
- The products involved are manufactured purely for the purpose of research, experiment, study or development
- The works, supplies or services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
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.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract/concession
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
27 February 2025
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
CAE (PLC)
Innovation Drive, Burgess Hill
West Sussex
RH15 9TW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £3,500,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
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
six.4) Procedures for review
six.4.1) Review body
Ministry of Defence
Bristol
BS348JH
Country
United Kingdom