Award

40800000

  • Ministry of Defence

F15: Voluntary ex ante transparency notice

Notice identifier: 2025/S 000-054340

Procurement identifier (OCID): ocds-h6vhtk-059515

Published 5 September 2025, 2:38pm



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

Bristol

Email

angela.organ102@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.contracts.mod.uk

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

40800000

Reference number

SFA 001 Annex B1 and Annex B2

two.1.2) Main CPV code

  • 35000000 - Security, fire-fighting, police and defence equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Single Source Extension to the Framework Agreement SFA 0001 for the provision of Spares, Repairs, Maintenance and Technical Support for Various In-Service MOD Safety Equipment Annex B1 Aircrew Escape & Survivability Ensemble to Survitec Group Ltd (Survitec) and Annex B2 Power Propulsion and Auxiliaries (PPA) Spares, Repairs, Maintenance and Technical Support for Commercial Life Raft and Mass Evacuation Systems and Part B2 for C17CSAE Airborne Forces Equipment (AFE) using the Option period for a total further period of two (2) years with two (2) one (1) year optional years at a total estimated value of £40.8M.

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: £40,800,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
  • 75221000 - Military defence services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Aircrew Equipment Assemblies (AEA) and Survival Equipment (SE),spares, repairs and continued Technical (Post Design Services - PDS) to the equipment (£40.8M). Safety equipment to the Royal Navy and additional supplies, annual servicing in line with SOLAS regulations and continued post design services support of Survitec Group Ltd of the existing equipment (£4.5M)Post Design Services, spares, capital purchases and core management services in relation to the Parachutist Life Preserver (0.9M).

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

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
  • Additional deliveries by the original supplier

Explanation:

Aircrew Delivery Team (DT) has identified that to meet the continual requirement for the provision of AEA and SE to its Defence Aviation Environment (DAE) customers it requires additional supplies and the continued Post Design Service (PDS) support of Survitec until the existing equipment replacement at the end of 2027. As the Original Equipment Manufacturer Survitec have the specialist design knowledge to provide assurance that the Airworthiness and Safety performance criteria are met and have the Design Approved Organisation Scheme (DAOS) accreditation to meet safety Airworthiness requirements with Military Aviation Authority (MAA) regulations. Using different equipment from another OEM would result in goods with different technical characteristics and therefore incompatibility with those supplied by Survitec in use across multiple existing Aircrew Systems. PPA has identified that a change of contractor for supply or partial replacement of existing in-service equipment would lead to disproportionate technical difficulties with existing equipment and fittings installed on each ship and incompatibility with current personnel training and maintenance procedures resulting in an unacceptable safety risk. Survitec as OEM provide personnel authorisation certification, and which is not offered by Survitec to any other supplier. C17CSAE have identified a need to continue the provision of Post Design Services, spares, capital purchases and core management services in relation to the Parachutist Life Preserver equipment currently supported C17CSAE Part B2 using the option period. The C17CSAE DT may further extend the tasking for this requirement by up to three (3) years. The estimated value of the maximum four-year extension is £0.9M.

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

SFA 001 Annex B1, Annex B2 and Part B2

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

4 September 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

Survitec Group Ltd

North Road

Ellesmere Port

CH65 1BL

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: £40,800,000

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

Bristol

Country

United Kingdom