Tender

10000000

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2025/S 000-037703

Procurement identifier (OCID): ocds-h6vhtk-0559c4

Published 7 July 2025, 11:44am



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Bristol

Email

thomas.redmore100@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

Buyer's address

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

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

10000000

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

VTN for the placement of the In Service Support of Queen Elizabeth Carrier (QEC) Tactical Air Navigation (TACAN) and High Resolution Direction Finder (HRDF) equipment

The United Kingdom Ministry of Defence (the “Authority”) intends to place a support solution with Thales UK (the “Company”) for the In-Service Support, including maintenance, repair and replacement component spares for the Tactical Air Navigation (TACAN) and High Resolution Direction Finder (HRDF) equipment. The term of the support is envisaged to be nine years. The anticipated value of the support will be circa £5 million (Five Million Pounds Sterling).

Equipment items included in the scope of the proposed support are:

Tactical Air Navigation (TACAN)

High Resolution Direction Finder (HRDF)

The reasons for placing the requirement with Thales UK are:

TACAN & HRDF equipment performs the essential functions as aids to Air Traffic Controllers for the Air Traffic management of aircraft in proximity to the ship, or fixed wing recovery of aircraft during attempts to land on board a ship at sea. As such, the Authority requires absolute confidence that repairs and maintenance are carried out in accordance with design specifications, ensuring the equipment is fit for purpose and enabling the Armed Forces to function safely. The safety mitigation that this equipment provides is a key tenet of the Certificate of Safety (Aviation) issued to each aviation-capable platform.

In respect of TACAN & HRDF equipment, there is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products concerned and the characteristics of the system(s) being maintained.

In respect of the TACAN & HRDF equipment, the Company is the Original Equipment Manufacturer (OEM) for these systems. This range of equipment is designed to mitigate safety risks associated with Air Traffic Management and Fixed wing Recovery of aircraft on ships at sea. The Company is responsible for the overall system integrity and safe installation and operability, ensuring form fit for function is maintained and certifying that this safety-critical equipment remains fit for purpose, at both component and system level.

In respect of the TACAN & HRDF equipment, the Company is the OEM and holds all IPR rights as these equipment items were designed as a sole venture. There is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products and the characteristics of the system(s) being maintained.

There is a need to mitigate obsolescence issues within the TACAN equipment on the current antenna and components within the beacon transponder. The current OEM has identified the solution where there is an intent to embody, whereby any interoperability issues of other ships fitted equipment will be mitigated based on using the existing OEM of the equipment.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

VTN for the placement of the In Service Support of Queen Elizabeth Carrier (QEC) Tactical Air Navigation (TACAN) and High Resolution Direction Finder (HRDF) equipment

The United Kingdom Ministry of Defence (the “Authority”) intends to place a support solution with Thales UK (the “Company”) for the In-Service Support, including maintenance, repair and replacement component spares for the Tactical Air Navigation (TACAN) and High Resolution Direction Finder (HRDF) equipment. The term of the support is envisaged to be nine years. The anticipated value of the support will be circa £5 million (Five Million Pounds Sterling).

Equipment items included in the scope of the proposed support are:

Tactical Air Navigation (TACAN)

High Resolution Direction Finder (HRDF)

The reasons for placing the requirement with Thales UK are:

TACAN & HRDF equipment performs the essential functions as aids to Air Traffic Controllers for the Air Traffic management of aircraft in proximity to the ship, or fixed wing recovery of aircraft during attempts to land on board a ship at sea. As such, the Authority requires absolute confidence that repairs and maintenance are carried out in accordance with design specifications, ensuring the equipment is fit for purpose and enabling the Armed Forces to function safely. The safety mitigation that this equipment provides is a key tenet of the Certificate of Safety (Aviation) issued to each aviation-capable platform.

In respect of TACAN & HRDF equipment, there is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products concerned and the characteristics of the system(s) being maintained.

In respect of the TACAN & HRDF equipment, the Company is the Original Equipment Manufacturer (OEM) for these systems. This range of equipment is designed to mitigate safety risks associated with Air Traffic Management and Fixed wing Recovery of aircraft on ships at sea. The Company is responsible for the overall system integrity and safe installation and operability, ensuring form fit for function is maintained and certifying that this safety-critical equipment remains fit for purpose, at both component and system level.

In respect of the TACAN & HRDF equipment, the Company is the OEM and holds all IPR rights as these equipment items were designed as a sole venture. There is a strict technical impracticability for a candidate other than the Company to achieve the required goals of maintaining and repairing the equipment. This is because only the Company has at its disposal the specialist know-how, extensive technical knowledge and maintenance history of the products and the characteristics of the system(s) being maintained.

There is a need to mitigate obsolescence issues within the TACAN equipment on the current antenna and components within the beacon transponder. The current OEM has identified the solution where there is an intent to embody, whereby any interoperability issues of other ships fitted equipment will be mitigated based on using the existing OEM of the equipment.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2025

End date

30 September 2028

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

option years may be added

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

Competitive procedure with negotiation

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

18 July 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

TACAN & HDRF

Bristol

Country

United Kingdom