Award

Warrior Training System

  • Ministry of Defence

F15: Voluntary ex ante transparency notice

Notice identifier: 2025/S 000-007385

Procurement identifier (OCID): ocds-h6vhtk-04e855

Published 27 February 2025, 12:09pm



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

Bristol

Email

christopher.fullbrook100@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.mod.com

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