Scope
Description
The C2TNC delivery team, part of the Ministry of Defence (the “Authority”) intends to enter into a contract with Drumgrange Ltd (the “Company”) for in-service support for Controlled Reception Position Antenna (CRPA), Precise Fixing System (PFS), NAVFIX System and Outfit FSF (also known as Precise Time and Frequency Equipment (PTFE)). The CRPA, PFS, PTFE and NAVFIX systems are fitted to Royal Naval (RN) and Royal Fleet Auxiliary (RFA) platforms.
The length of the new contract will be ten years. The approximate value of the contract is estimated £20m excluding VAT.
In accordance with Section 41(1)(a) of the Procurement Act 2023 (the “Act”), the Authority intends to rely on the Single Supplier direct award justification, as set out in Paragraph 6 of Schedule 5 of the Act, to award a public contract directly to the Company, a supplier that is not an excluded supplier.
The CRPA, PFS, PTFE and NAVFIX systems are critical for RN platform navigation and deployment and any failure or degradation of these systems will place significant risk on the RN’s ability to fulfil the Authority’s required defence outcomes. The Company’s technical expertise, technical data and manufacturing expertise is necessary to ensure that the systems remain fully operational and to deliver changes to the system’s equipment in line with Navy Command requirements.
The Company is the Original Equipment Manufacturer (OEM) for the individual NAVFIX, PTFE, and PFS systems.
The CRPA, PFS, PTFE and NAVFIX systems have a significant degree of integration to ensure the overall operability of RN platforms. This configuration control provides system assurance, which is necessary for the systems to function on RN platforms. The Company is therefore the only operator with the technical information to (i) ensure these individual systems operate to their individual required standards and (ii) integrate these systems to achieve the level of operability required by RN platforms.
As such, only the Company has the necessary technical information to be able to perform this requirement and to achieve delivery of this support requirement on all RN platforms within scope.
Accordingly, due to an absence of competition for technical reasons, the Company is considered as the only supplier that can provide the services and there are no reasonable alternatives to those services as required by the Authority.
The contract will not be awarded to an excluded or excludable supplier, a Contract Award Notice and Contract Details Notice will follow in accordance with Procurement Act 2023.
Contract 1
Supplier
Contract value
- £20,000,000 excluding VAT
- £20,800,000 including VAT
Above the relevant threshold
Earliest date the contract will be signed
19 February 2027
Contract dates (estimated)
- 1 July 2027 to 30 June 2034
- 7 years
Main procurement category
Services
Options
The right to additional purchases while the contract is valid.
3 additional 1 year options are available
CPV classifications
- 50640000 - Repair and maintenance services of warships
- 38112100 - Global navigation and positioning systems (GPS or equivalent)
Contract locations
- UK - United Kingdom
Participation
Particular suitability
Small and medium-sized enterprises (SME)
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Direct award
Special regime
Defence and security
Direct award justification
Single supplier - technical reasons
The CRPA, PFS, PTFE and NAVFIX systems are critical for RN platform navigation and deployment and any failure or degradation of these systems will place significant risk on the RN’s ability to fulfil the Authority’s required defence outcomes. The Company’s technical expertise, technical data and manufacturing expertise is necessary to ensure that the systems remain fully operational and to deliver changes to the system’s equipment in line with Navy Command requirements.
The Company is the Original Equipment Manufacturer (OEM) for the individual NAVFIX, PTFE, and PFS systems.
The CRPA, PFS, PTFE and NAVFIX systems have a significant degree of integration to ensure the overall operability of RN platforms. This configuration control provides system assurance, which is necessary for the systems to function on RN platforms. The Company is therefore the only operator with the technical information to (i) ensure these individual systems operate to their individual required standards and (ii) integrate these systems to achieve the level of operability required by RN platforms.
As such, only the Company has the necessary technical information to be able to perform this requirement and to achieve delivery of this support requirement on all RN platforms within scope.
Accordingly, due to an absence of competition for technical reasons, the Company is considered as the only supplier that can provide the services and there are no reasonable alternatives to those services as required by the Authority.
Supplier
Drumgrange Ltd
- Companies House: 01460044
Unit A, The Forum, Hanworth Lane
Chertsey
KT16 9JX
United Kingdom
Email: tarmstrong@drumgrange.com
Region: UKJ25 - West Surrey
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Contract 1
Contracting authority
Defence Equipment and Support
- Public Procurement Organisation Number: PVRL-5831-GLMM
MOD Abbey Wood
Bristol
BS34 8JH
United Kingdom
Email: example.example@mod.gov.uk
Website: https://www.gov.uk/government/organisations/defence-equipment-and-support
Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Organisation type: Public authority - central government