Award

Break Fix Support 3

  • Ministry of Defence

F15: Voluntary ex ante transparency notice

Notice identifier: 2025/S 000-020294

Procurement identifier (OCID): ocds-h6vhtk-051069

Published 12 May 2025, 9:17am



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

Ministry of Defence - Defence Equipment and Support, Abbey Wood

Bristol

BS34 8JH

Contact

Matthew Heath

Email

matthew.heath114@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/ministry-of-defence

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

Break Fix Support 3

Reference number

712353452-VTN

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of an enhanced Break/Fix Support Solution for the provision of software, hardware and warranty support for the Typhoon Engineering Support Sub-system (ESS).

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: £1,800,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Enhanced Break/Fix Support Solution for the provision of software, hardware and warranty support for the Typhoon Engineering Support Sub-system (ESS)

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

Two 12 month options for additional Hardware Break/Fix Support for all ESS hardware including onsite technical support.

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 works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

(1) BAE Systems (BAES), as the System Design Authority (SDA), determines the type and specification of the hardware and software required. Fujitsu Services Limited are the only supplier authorised by BAES to supply SDA-approved equipment, spares support, and to provide OEM certified firmware updates to the installed ESS Hardware. All of this assures the validity of the design and use criteria detailed in the Declaration of Design and Performance (DDP) which covers the safety and airworthiness of the product and therefore the platform.

(2) Due to the critical nature of ESS within the Typhoon Operation as a Safety and Airworthiness system, it is not possible to utilise differing equipment as this would invalidate the DDP therefore presenting intolerable potential Safety, Airworthiness and Security risks.

(3) Fujitsu Services Limited are the Manufacturer and Supplier of the hardware used at UK Main Operating Bases and, therefore, are the only supplier with the required Subject Matter Experts able to sustain the integrity of the systems.

(4) Fujitsu Services Limited are also the only supplier who have demonstrated to BAES (as the SDA) that they employ sufficiently experienced and knowledgeable personnel whom possess the specific expertise required to support and operate the equipment and understand the Military Air Environment (thus provide airworthiness assurance). Fujitsu Services Limited is the only supplier BAES has authorised to supply SDA-approved equipment and spares support.

To ensure the continued airworthiness of the platform, any alternative supplier of personnel would be subject to the same approval process by the Design Approved Organisation Scheme (DAOS).

As Fujitsu are the only supplier with the experience and knowledge of the hardware, firmware and software being supplied, a change of personnel supplier would present intolerable potential Safety and Airworthiness and Security risks, invalidating the DDP, and likely creating a capability gap between the extant contract and its future replacement.

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

Contract No

712353452

Title

Break Fix Support 3

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

9 May 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

Fujitsu Services Limited

Basingstoke

RG22 2BY

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)

Lowest offer: £1,500,000 / Highest offer: £1,800,000 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

Defence Equipment & Support

Bristol

Country

United Kingdom