Section one: Contracting authority/entity
one.1) Name and addresses
Ministry of Defence
MOD, Abby Wood, Bristol
Bristol
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/defence-equipment-and-support
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
12000000
Reference number
710076450
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Communications and Situational Awareness Team (MCS-CSA PT) which is part of the United Kingdom Ministry of Defence (the “Authority”) intends to place a contract with Trident Maritime Systems [UK Limited] (the “Company”) for the In-Service Support, including maintenance, repair and replacement component spares for communications and situational awareness equipment fitted to current [and future*] platforms including but not limited to QEC, LPD, T45, T23, RFA, T26, T31. The term of the proposed contract is envisaged to be five years (with an option for the Authority to extend the contract for an additional two years). The anticipated value of the contract [including options] will be circa £12.5 million (Twelve Million, Five Hundred Thousand Pounds Sterling).
Equipment items included in the scope of the proposed contract are:
i. Improved Approach Lighting (IAL).
ii. Mark 3 Glide Path Indicator (GPI MK3).
iii. Visual Landing Aids (VLA) systems
iv. Legacy Flight Deck Lighting.
v. Electro-Magnetic (EM) and Digital LOG systems.
vi. AGIMET
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 (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 (in accordance with the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for technical reasons.
In respect of GPI Mk3, IAL, AGILOG and AGILOG 2, VLA and AGIMET, these equipment items were all originally supplied in each case as complete systems by AGI Ltd involving either original development or commercial off-the-shelf purchases with subsequent modification by AGI Ltd. As the Authority does not have rights in the relevant information in the systems provided by AGI Ltd sufficient for it to provide to a third party to repair and maintain the equipment it is obliged to contract with the successor business of AGI Ltd, namely TMS UK Ltd. Only TMS UK Ltd as successor business has the expertise and know how and experience necessary to undertake the work and only they can provide the relevant safety cases on which the Authority can reasonably rely and which are sufficient for the Authority to discharge its obligations under relevant Aviation Operating Orders and Defence Standards. Furthermore even if a third party were capable of providing the services TMS UK Ltd is unwilling to licence out the ability to undertake the repairs, maintenance and spares provision to a third party. In addition, in relation to certain equipment (GPI Mk3 and IAL) TMS UK Ltd has developed bespoke testing equipment which only they have at their disposal to carry out the required services.
In respect of the Flight Deck Lighting – there is a prospective minimal spend of between 2K and 10K per annum, which will be sub-contracted to [?????], being the only supplier who has the expertise to undertake the service on this legacy system.
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: £12,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Communications and Situational Awareness Team (MCS-CSA PT) which is part of the United Kingdom Ministry of Defence (the “Authority”) intends to place a contract with Trident Maritime Systems [UK Limited] (the “Company”) for the In-Service Support, including maintenance, repair and replacement component spares for communications and situational awareness equipment fitted to current [and future*] platforms including but not limited to QEC, LPD, T45, T23, RFA, T26, T31. The term of the proposed contract is envisaged to be five years (with an option for the Authority to extend the contract for an additional two years). The anticipated value of the contract [including options] will be circa £12.5 million (Twelve Million, Five Hundred Thousand Pounds Sterling).
Equipment items included in the scope of the proposed contract are:
i. Improved Approach Lighting (IAL).
ii. Mark 3 Glide Path Indicator (GPI MK3).
iii. Visual Landing Aids (VLA) systems
iv. Legacy Flight Deck Lighting.
v. Electro-Magnetic (EM) and Digital LOG systems.
vi. AGIMET
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 (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 (in accordance with the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for technical reasons.
In respect of GPI Mk3, IAL, AGILOG and AGILOG 2, VLA and AGIMET, these equipment items were all originally supplied in each case as complete systems by AGI Ltd involving either original development or commercial off-the-shelf purchases with subsequent modification by AGI Ltd. As the Authority does not have rights in the relevant information in the systems provided by AGI Ltd sufficient for it to provide to a third party to repair and maintain the equipment it is obliged to contract with the successor business of AGI Ltd, namely TMS UK Ltd. Only TMS UK Ltd as successor business has the expertise and know how and experience necessary to undertake the work and only they can provide the relevant safety cases on which the Authority can reasonably rely and which are sufficient for the Authority to discharge its obligations under relevant Aviation Operating Orders and Defence Standards. Furthermore even if a third party were capable of providing the services TMS UK Ltd is unwilling to licence out the ability to undertake the repairs, maintenance and spares provision to a third party. In addition, in relation to certain equipment (GPI Mk3 and IAL) TMS UK Ltd has developed bespoke testing equipment which only they have at their disposal to carry out the required services.
In respect of the Flight Deck Lighting – there is a prospective minimal spend of between 2K and 10K per annum, which will be sub-contracted to [?????], being the only supplier who has the expertise to undertake the service on this legacy system.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
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
Award of a contract without prior publication of a call for competition in the cases listed below
- The contract has its object services listed in Annex II B
Explanation:
The Communications and Situational Awareness Team (MCS-CSA PT) which is part of the United Kingdom Ministry of Defence (the “Authority”) intends to place a contract with Trident Maritime Systems [UK Limited] (the “Company”) for the In-Service Support, including maintenance, repair and replacement component spares for communications and situational awareness equipment fitted to current [and future*] platforms including but not limited to QEC, LPD, T45, T23, RFA, T26, T31. The term of the proposed contract is envisaged to be five years (with an option for the Authority to extend the contract for an additional two years). The anticipated value of the contract [including options] will be circa £12.5 million (Twelve Million, Five Hundred Thousand Pounds Sterling).
Equipment items included in the scope of the proposed contract are:
i. Improved Approach Lighting (IAL).
ii. Mark 3 Glide Path Indicator (GPI MK3).
iii. Visual Landing Aids (VLA) systems
iv. Legacy Flight Deck Lighting.
v. Electro-Magnetic (EM) and Digital LOG systems.
vi. AGIMET
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 (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 (in accordance with the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the Defence and Security Public Contracts Regulations 2011 for technical reasons.
In respect of GPI Mk3, IAL, AGILOG and AGILOG 2, VLA and AGIMET, these equipment items were all originally supplied in each case as complete systems by AGI Ltd involving either original development or commercial off-the-shelf purchases with subsequent modification by AGI Ltd. As the Authority does not have rights in the relevant information in the systems provided by AGI Ltd sufficient for it to provide to a third party to repair and maintain the equipment it is obliged to contract with the successor business of AGI Ltd, namely TMS UK Ltd. Only TMS UK Ltd as successor business has the expertise and know how and experience necessary to undertake the work and only they can provide the relevant safety cases on which the Authority can reasonably rely and which are sufficient for the Authority to discharge its obligations under relevant Aviation Operating Orders and Defence Standards. Furthermore even if a third party were capable of providing the services TMS UK Ltd is unwilling to licence out the ability to undertake the repairs, maintenance and spares provision to a third party. In addition, in relation to certain equipment (GPI Mk3 and IAL) TMS UK Ltd has developed bespoke testing equipment which only they have at their disposal to carry out the required services.
In respect of the Flight Deck Lighting – there is a prospective minimal spend of between 2K and 10K per annum, which will be sub-contracted to [?????], being the only supplier who has the expertise to undertake the service on this legacy system.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract/concession
Contract No
710076450
Title
VLA ISS
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
2 April 2024
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
MOD
Bristol
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)
Initial estimated total value of the contract/lot/concession: £12,000,000
Lowest offer: £11,000,000 / Highest offer: £12,000,000 taken into consideration
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
MOD Abby Wood
Brsitol
Country
United Kingdom