Section one: Contracting authority/entity
one.1) Name and addresses
Ministry of Defence
Building B15, MoD Donnington
Telford
TF2 8JT
Contact
David Farnham
David.Farnham@babcockinternational.com
Telephone
+44 1952967419
Country
United Kingdom
Region code
UKG21 - Telford and Wrekin
Internet address(es)
Main 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
The Supply of Heavy Armoured Vehicle Track and Associated Items
two.1.2) Main CPV code
- 35400000 - Military vehicles and associated parts
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Defence Equipment & Support Land Equipment Vehicle Support Team (VST), part of the UK Ministry of Defence, intends to award a single source framework contract to Cook Defence Systems (CDS) for the provision of track for the VST managed Armoured Fighting Vehicle fleet for a period of 2 years with the option to extend for a further year (one-year option). Please note, Babcock Land Defence Limited (BLDL) is acting as agent on behalf of the Ministry of Defence.
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: £125,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 35410000 - Armoured military vehicles
- 35411000 - Battle tanks
- 35411100 - Main battle tanks
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
two.2.4) Description of the procurement
The Defence Equipment & Support Land Equipment Vehicle Support Team (VST), part of the UK Ministry of Defence, intends to award a single source framework contract to Cook Defence Systems (CDS) for the provision of track for the VST managed Armoured Fighting Vehicle fleet for a period of 2 years with the option to extend for a further year (one-year option). This contract will provide Track for armoured platforms including Bulldog, Challenger 2 and 3, Challenger Armoured Repair and Recovery Vehicle (CRARRV), Challenger Driver Training Tank (DTT), Titan, Trojan, Terrier and Warrior. The estimated total contract value (including option years) is not expected to exceed £125M.
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 (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 the contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 for technical reasons and regulation 16(1)(b)(i)(bb) relating to operation and maintenance. It is believed that the services to be provided under the contract can only be supplied by the CDS because CDS is the Original Equipment Manufacturer (OEM) and Design Authority (DA) for these platforms tracks and as such have a detailed understanding of the inherent design of each vehicles track system, understand the implications on the safe operability of the vehicles from any proposed design changes to the parent platform and has developed the necessary relationships with the parent platform’s DA’s. The Authority is unable to procure a differing track product due to the disproportionate cost and significant logistical and technical burden a mixed configuration of track components would have on the Front Line Command (FLC).
The Authority would need to ensure that FLC are trained in the installation and maintenance of two different types of track and the Authority will need to sufficiently procure two different sets of track under separate contracts to ensure sufficient spares for both types are available. Additionally, there is a significant logistical burden on the FLC whereby they will have to ensure sufficient load carrying capability is available to transit two different types of track to support deployed Operational and Training fleets. Technical risk is created whereby maintainers may inadvertently cross-contaminate track from the differing types, invalidating the Safety Case for that platform. All of this creates an unacceptable operational risk and the Authority does not intend to procure a sufficient number of track components to enact a whole-fleet replacement to eliminate the risk of a mixed configuration.
This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis and is published for reasons of transparency.
Please note, Babcock Land Defence Limited (BLDL) is acting as agent on behalf of the Ministry of Defence, in the first instance interested parties may contact Babcock with queries relating to this procurement
CPV Codes: 35410000, 35411000, 35411100
Contract name: IRM24/7680
Risk Assessment Ref: RAR-240724B04
Cyber Risk Profile: N/A
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
2 Years Plus 1 Option Year
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:
- protection of exclusive rights, including intellectual property rights
Explanation:
The Defence Equipment & Support Land Equipment Vehicle Support Team (VST), part of the UK Ministry of Defence, intends to award a single source framework contract to Cook Defence Systems (CDS) for the provision of track for the VST managed Armoured Fighting Vehicle fleet for a period of 2 years with the option to extend for a further year (one-year option). This contract will provide Track for armoured platforms including Bulldog, Challenger 2 and 3, Challenger Armoured Repair and Recovery Vehicle (CRARRV), Challenger Driver Training Tank (DTT), Titan, Trojan, Terrier and Warrior. The estimated total contract value (including option years) is not expected to exceed £125M.
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 (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 the contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 for technical reasons and regulation 16(1)(b)(i)(bb) relating to operation and maintenance. It is believed that the services to be provided under the contract can only be supplied by the CDS because CDS is the Original Equipment Manufacturer (OEM) and Design Authority (DA) for these platforms tracks and as such have a detailed understanding of the inherent design of each vehicles track system, understand the implications on the safe operability of the vehicles from any proposed design changes to the parent platform and has developed the necessary relationships with the parent platform’s DA’s. The Authority is unable to procure a differing track product due to the disproportionate cost and significant logistical and technical burden a mixed configuration of track components would have on the Front Line Command (FLC).
The Authority would need to ensure that FLC are trained in the installation and maintenance of two different types of track and the Authority will need to sufficiently procure two different sets of track under separate contracts to ensure sufficient spares for both types are available. Additionally, there is a significant logistical burden on the FLC whereby they will have to ensure sufficient load carrying capability is available to transit two different types of track to support deployed Operational and Training fleets. Technical risk is created whereby maintainers may inadvertently cross-contaminate track from the differing types, invalidating the Safety Case for that platform. All of this creates an unacceptable operational risk and the Authority does not intend to procure a sufficient number of track components to enact a whole-fleet replacement to eliminate the risk of a mixed configuration.
This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis and is published for reasons of transparency.
Please note, Babcock Land Defence Limited (BLDL) is acting as agent on behalf of the Ministry of Defence, in the first instance interested parties may contact Babcock with queries relating to this procurement.
four.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
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
IRM24/7680
Lot No
1
Title
The Supply of Heavy Armoured Vehicle Track and Associated Items
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
22 November 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
Cook Defence Systems Ltd
Stanhope, County Durham
Stanhope
DL13 2YR
Country
United Kingdom
NUTS code
- UKC1 - Tees Valley and Durham
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: £125,000,000
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
Ministry of Defence
Building B15, MoD Donnington
Telford
TF2 8JT
David.Farnham@babcockinternational.com
Country
United Kingdom