Stotles logo

Awarded contract

Published

The Supply of Heavy Armoured Vehicle Track and Associated Items

26 Suppliers have already viewed this notice

Track & Win Public Sector Contracts and Tenders. Sign up for Free

Value

125,000,000 GBP

Current supplier

Cook Defence Systems Ltd

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. Lot 1: 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

Create a Free Account on Stotles

Stotles is your single source for government tenders, contracts, frameworks and much more. Sign up for free.

Explore similar pre-tenders, open or awarded contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Middlesbrough Council

107,550 GBP

Published 3 months ago

City of York Council

53,165 GBP

Published 6 months ago

Ministry of Defence

10,400,000 GBP

Published 7 months ago

Ministry of Defence

19,800,000 GBP

Published 9 months ago

Ministry of Defence

19,800,000 GBP

Published 9 months ago

Awarded

<NO TITLE>

Ministry of Defence

107,250,000 GBP

Published a year ago

Ministry of Defence

32,500,000 GBP

Published a year ago

Ministry of Defence

4,900,000 GBP

Published a year ago

Ministry of Defence

4,900,000 GBP

Published a year ago

Sign up to the Stotles Tender Tracker for free

Find even more contracts with advanced search capability and AI powered relevance scoring.