Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

ADEWS/138: Provision of In-service Support for ADEWS DT Radomes

  • First published: 25 July 2024
  • Last modified: 25 July 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04843c
Published by:
Ministry of Defence
Authority ID:
AA76012
Publication date:
25 July 2024
Deadline date:
26 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

A single contract for a 5-year period (3 years with 2 x 12-month extension options) for technical through life support and safety assurance of 23 radomes housing Air Traffic Management and Air Defence radars, ensuring that all work complies with industry standards and safety regulations. The radomes are primarily in the UK, including the Scottish Islands, but also Cyprus and the Falkland Islands. The radome structures vary from composite sandwich to solid GRP; Defence is adding air supported radomes to the fleet; however, at this stage it is not known whether the air supported radomes will be included in the scope of this contract.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Ministry of Defence

Air Defence & Electronic Warfare Systems and Windfarms Delivery Team, MOD Abbey Wood

Bristol

BS34 8JH

UK

Contact person: Lewis Harvey-Samuel

E-mail: lewis.harvey-samuel100@mod.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/defence-equipment-and-support

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://contracts.mod.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://contracts.mod.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Defence

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ADEWS/138: Provision of In-service Support for ADEWS DT Radomes

Reference number: 711888452

II.1.2) Main CPV code

71631400

 

II.1.3) Type of contract

Services

II.1.4) Short description

A single contract for a 5-year period (3 years with 2 x 12-month extension options) for technical through life support and safety assurance of 23 radomes housing Air Traffic Management and Air Defence radars, ensuring that all work complies with industry standards and safety regulations. The radomes are primarily in the UK, including the Scottish Islands, but also Cyprus and the Falkland Islands. The radome structures vary from composite sandwich to solid GRP; Defence is adding air supported radomes to the fleet; however, at this stage it is not known whether the air supported radomes will be included in the scope of this contract.

II.1.5) Estimated total value

Value excluding VAT: 3 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

FK

UK


Main site or place of performance:

United Kingdom, Falkland Islands, Cyprus.

II.2.4) Description of the procurement

A single contract for a 5-year period (3 years with 2 x 12-month extension options) for technical through life support and safety assurance of 23 radomes housing Air Traffic Management and Air Defence radars, ensuring that all work complies with industry standards and safety regulations. The radomes are primarily in the UK, including the Scottish Islands, but also Cyprus and the Falkland Islands. The radome structures vary from composite sandwich to solid GRP; Defence is adding air supported radomes to the fleet; however, at this stage it is not known whether the air supported radomes will be included in the scope of this contract.

The anticipated In-Service Life of each radome is typically 20 years from installation. The contractor will advise the Authority of significant impacts to changes in standards and regulations affecting radomes and ancillaries and will prepare and amend Environmental Impact Statements (EIS) as necessary. The Authority may task the contractor, who will be the design authority, with activities including the following: approve designs, modifications, and technical specifications. The contractor will also provide ongoing technical support, conduct technical investigations, and produce reports and recommendations.

Additionally, the contractor will maintain a Master Records Index (MRI) to track and manage all records related to radome construction, maintenance, modifications, configuration management, and obsolescence management. This may include incorporating additional documents as further required during the life of the contract. This MRI will be provided to the contractor by the Authority as Government Furnished Information (GFI).

For obsolescence management, the contractor will manage radome components on a proactive or reactive basis as stipulated by the Authority. This considers that the radome fleet is mixed, supplied by different Original Equipment Manufacturers (OEMs) and includes some OEMs that no longer exist. This could include mitigating risks, sourcing alternatives, and redesigning or reverse engineering obsolete parts.

Field services may involve delivering on-site support including the installation, recovery, maintenance, commission, decommission, recovery, and repair of radomes and ancillaries, ensuring safe, efficient service within agreed timelines. The contractor will source spare parts as needed, ensuring timely delivery to meet operational requirements.

The contractor may be required to provide training on radome construction and maintenance, covering theoretical knowledge, practical skills, and safety.

Additionally, the contractor will participate in safety panel reviews to assess and enhance radome safety, preparing, presenting, and reviewing necessary documentation, risk assessments, and compliance evidence to support the Authority’s safety management system.

The contractor will adhere to all Intellectual Property Rights (IPR) arrangements in all aspects of the work. Where the contractor is not the Original Equipment Manufacturer (OEM) for the radomes and ancillaries, the contractor is required to put in place formal arrangements with the OEM to access the technical data (intellectual property) necessary to support its contractual obligations. Typically, this would include but not be limited to activities such as structural appraisals, condition inspections and radio frequency modelling. It will be the sole responsibility of the Contractor to make these arrangements.

In cases where OEM information is unavailable, the contractor would be expected to utilise their professional judgement and expertise to address and resolve any issues, providing suitable solutions. Any solutions or modifications developed independently of the OEM must comply with the relevant standards and best practices. The contractor's ability to make informed recommendations and provide reliable advice in the absence of OEM data is crucial to maintaining the integrity and functionality of the radome systems.

II.2.5) Award criteria

Criteria below:

Quality criterion: Weighted Non-Cost / Weighting: 60%

Quality criterion: Cost / Weighting: 40%

Price / Weighting:  Cost weighting is 40%

II.2.6) Estimated value

Value excluding VAT: 3 500 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract will contain the option for the Authority to extend the contract by up to two years, in an increment of one year at a time.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 26/08/2024

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Ministry of Defence

Air Defence & Electronic Warfare Systems and Windfarms Delivery Team, MOD Abbey Wood

Bristol

BS34 8JH

UK

E-mail: Lewis.Harvey-Samuel100@mod.gov.uk

VI.5) Date of dispatch of this notice

24/07/2024

Coding

Commodity categories

ID Title Parent category
71631400 Technical inspection services of engineering structures Technical inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
lewis.harvey-samuel100@mod.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.