← Back to opportunities

The Supply of Heavy Armoured Vehicle Track and Associated Items

Ministry of Defence

Buyer Contact Info

Buyer Name: Ministry of Defence

Buyer Address: Building B15, MoD Donnington, Telford, TF2 8JT, United Kingdom

Contact Name: Farnham David, attn: Farnham David

Contact Email: david.farnham@babcockinternational.com

Status
Unknown
Procedure
limited
Value
125000000.0 GBP
Published
27 Jun 2025, 09:19
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
35400000 - Military vehicles and associated parts
Region
n/a
Awarded To
Cook Defence Systems Limited
Official Source
Open Find a Tender

Description

The Defence Equipment & Support Land Equipment Vehicle Support Team (VST), part of the UK Ministry of Defence, has awarded 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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Raw Notice JSON

Expand raw payload
{
  "awards": [
    {
      "id": "035631-2025-IRM24/7680-1",
      "status": "active",
      "suppliers": [
        {
          "id": "GB-FTS-152734",
          "name": "Cook Defence Systems Limited"
        }
      ]
    }
  ],
  "bids": {
    "statistics": [
      {
        "id": "1",
        "measure": "bids",
        "value": 1
      },
      {
        "id": "2",
        "measure": "electronicBids",
        "value": 1
      }
    ]
  },
  "buyer": {
    "id": "GB-FTS-32604",
    "name": "Ministry of Defence"
  },
  "contracts": [
    {
      "awardID": "035631-2025-IRM24/7680-1",
      "dateSigned": "2025-06-03T00:00:00+01:00",
      "id": "035631-2025-IRM24/7680-1",
      "status": "active",
      "value": {
        "amount": 125000000,
        "currency": "GBP"
      }
    }
  ],
  "date": "2025-06-27T10:19:30+01:00",
  "id": "035631-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-0554ba",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Telford",
        "postalCode": "TF2 8JT",
        "streetAddress": "Building B15, MoD Donnington"
      },
      "contactPoint": {
        "email": "david.farnham@babcockinternational.com",
        "name": "Farnham David, attn: Farnham David"
      },
      "id": "GB-FTS-32604",
      "identifier": {
        "legalName": "Ministry of Defence"
      },
      "name": "Ministry of Defence",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Stanhope"
      },
      "id": "GB-FTS-152734",
      "identifier": {
        "legalName": "Cook Defence Systems Limited"
      },
      "name": "Cook Defence Systems Limited",
      "roles": [
        "supplier"
      ]
    }
  ],
  "tag": [
    "award",
    "contract"
  ],
  "tender": {
    "additionalClassifications": [
      {
        "description": "Purchase",
        "id": "PURCHASE",
        "scheme": "TED_TYPE_SUPPLIES_CONTRACT"
      }
    ],
    "classification": {
      "description": "Military vehicles and associated parts",
      "id": "35400000",
      "scheme": "CPV"
    },
    "description": "The Defence Equipment \u0026 Support Land Equipment Vehicle Support Team (VST), part of the UK Ministry of Defence, has awarded 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.",
    "id": "ocds-h6vhtk-0554ba",
    "items": [
      {
        "deliveryAddresses": [
          {
            "region": "UKG21"
          }
        ],
        "id": "0"
      }
    ],
    "legalBasis": {
      "id": "32009L0081",
      "scheme": "CELEX"
    },
    "mainProcurementCategory": "goods",
    "procurementMethod": "limited",
    "procurementMethodDetails": "Negotiated without publication of a contract notice",
    "procurementMethodRationale": "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\u0027s DA\u0027s. 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).\nThe 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.",
    "procurementMethodRationaleClassifications": [
      {
        "description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons",
        "id": "D_TECHNICAL",
        "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL"
      }
    ],
    "title": "The Supply of Heavy Armoured Vehicle Track and Associated Items"
  }
}