← Back to opportunities

Combined Procurement of WECDIS/WAIS and Obsolescence Recovery - UK5

Defence Equipment and Support

Buyer Contact Info

Buyer Name: Defence Equipment and Support

Buyer Address: MOD Abbey Wood, Bristol, UKK12, BS34 8JH, United Kingdom

Contact Email: stephen.cooper171@mod.gov.uk

Status
complete
Procedure
direct
Value
20000000.0 GBP
Published
20 Nov 2025, 09:47
Deadline
n/a
Contract Start
05 Jan 2026, 00:00
Contract End
31 Dec 2028, 23:59
Category
n/a
CPV
51240000 - Installation services of navigating equipment
Region
n/a
Awarded To
OSI Maritime Systems
Official Source
Open Find a Tender

Description

The Sense, Decide and Communicate C2TNC (SDC C2TNC) Project Team within Defence Equipment & Support (DE&S), part of the UK Ministry of Defence, (“the Authority”) intends to enter into a contract (the Contract) with OSI Maritime Systems Ltd (“the Contractor”) for the combined procurement of an upgrade for the Royal Navy Warship Electronic Chart Display And Information System (RN-WECDIS) and the Warship Automatic Identification System (WAIS) Obsolescence Recovery, in addition to these systems’ maintenance, technical support and training in the use of these systems. Navigation capability on RN platforms is a critical component of its ability to operate and fight. WECDIS and WAIS capabilities across the fleet are required to meet regulatory compliance utilising the software provided by the Company. This requirement includes work to address obsolescence recovery for WAIS and WECDIS, radar control software and the provision of associated spares.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot 1 Status: complete

Lot 1 SME Suitable: Yes

Documents

Document Description: Not published

Raw Notice JSON

Expand raw payload
{
  "awards": [
    {
      "aboveThreshold": true,
      "contractPeriod": {
        "endDate": "2028-12-31T23:59:59+00:00",
        "startDate": "2026-01-05T00:00:00+00:00"
      },
      "documents": [
        {
          "datePublished": "2025-11-20T09:47:47Z",
          "description": "Transparency notice on Find a Tender",
          "documentType": "awardNotice",
          "format": "text/html",
          "id": "075487-2025",
          "noticeType": "UK5",
          "url": "https://www.find-tender.service.gov.uk/Notice/075487-2025"
        }
      ],
      "id": "1",
      "items": [
        {
          "additionalClassifications": [
            {
              "description": "Installation services of navigating equipment",
              "id": "51240000",
              "scheme": "CPV"
            }
          ],
          "id": "1",
          "relatedLot": "1"
        }
      ],
      "mainProcurementCategory": "services",
      "milestones": [
        {
          "dueDate": "2026-01-05T23:59:59+00:00",
          "id": "1",
          "status": "scheduled",
          "type": "futureSignatureDate"
        }
      ],
      "relatedLots": [
        "1"
      ],
      "status": "pending",
      "suppliers": [
        {
          "id": "GB-PPON-PQMW-8589-VZDW",
          "name": "OSI Maritime Systems"
        }
      ],
      "value": {
        "amount": 20000000,
        "amountGross": 24000000,
        "currency": "GBP"
      }
    }
  ],
  "buyer": {
    "id": "GB-PPON-PVRL-5831-GLMM",
    "name": "Defence Equipment and Support"
  },
  "date": "2025-11-20T09:47:47Z",
  "id": "075487-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05e315",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Bristol",
        "postalCode": "BS34 8JH",
        "region": "UKK12",
        "streetAddress": "MOD Abbey Wood"
      },
      "contactPoint": {
        "email": "stephen.cooper171@mod.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.gov.uk/government/organisations/defence-equipment-and-support"
      },
      "id": "GB-PPON-PVRL-5831-GLMM",
      "identifier": {
        "id": "PVRL-5831-GLMM",
        "scheme": "GB-PPON"
      },
      "name": "Defence Equipment and Support",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "country": "CA",
        "countryName": "Canada",
        "locality": "Burnaby",
        "postalCode": "V5G 4L6",
        "region": "CA",
        "streetAddress": "400-4585 Canada Way"
      },
      "contactPoint": {
        "email": "Jhawkins@osimaritime.com"
      },
      "details": {
        "scale": "sme",
        "vcse": false
      },
      "id": "GB-PPON-PQMW-8589-VZDW",
      "identifier": {
        "id": "PQMW-8589-VZDW",
        "scheme": "GB-PPON"
      },
      "name": "OSI Maritime Systems",
      "roles": [
        "supplier"
      ]
    }
  ],
  "tag": [
    "award",
    "contract"
  ],
  "tender": {
    "description": "The Sense, Decide and Communicate C2TNC (SDC C2TNC) Project Team within Defence Equipment \u0026 Support (DE\u0026S), part of the UK Ministry of Defence, (\u201cthe Authority\u201d) intends to enter into a contract (the Contract) with OSI Maritime Systems Ltd (\u201cthe Contractor\u201d) for the combined procurement of an upgrade for the Royal Navy Warship Electronic Chart Display And Information System (RN-WECDIS) and the Warship Automatic Identification System (WAIS) Obsolescence Recovery, in addition to these systems\u2019 maintenance, technical support and training in the use of these systems. \nNavigation capability on RN platforms is a critical component of its ability to operate and fight. WECDIS and WAIS capabilities across the fleet are required to meet regulatory compliance utilising the software provided by the Company. This requirement includes work to address obsolescence recovery for WAIS and WECDIS, radar control software and the provision of associated spares.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      }
    ],
    "id": "715719476",
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "id": "1",
        "status": "complete",
        "suitability": {
          "sme": true
        }
      }
    ],
    "procurementMethod": "direct",
    "procurementMethodDetails": "Direct award",
    "procurementMethodRationale": "Transparency Notice for a Contract to provide support for the combined procurement of upgrade for ROYAL NAVY WARSHIP ELECTRONIC CHART DISPLAY AND INFORMATION SYSTEM (RN-WECDIS) and WARSHIP AUTOMATIC IDENTIFICATION SYSTEM (WAIS) OBSOLESCENCE RECOVERY.\nThe Sense, Decide and Communicate C2TNC (SDC C2TNC) Project Team within Defence Equipment \u0026 Support (DE\u0026S), part of the UK Ministry of Defence, (\u201cthe Authority\u201d) intends to enter into a contract (the Contract) with OSI Maritime Systems Ltd (\u201cthe Contractor\u201d) for the combined procurement of an upgrade for the Royal Navy Warship Electronic Chart Display And Information System (RN-WECDIS) and the Warship Automatic Identification System (WAIS) Obsolescence Recovery, in addition to these systems\u2019 maintenance, technical support and training in the use of these systems. \nNavigation capability on RN platforms is a critical component of its ability to operate and fight. WECDIS and WAIS capabilities across the fleet are required to meet regulatory compliance utilising the software provided by the Company. This requirement includes work to address obsolescence recovery for WAIS and WECDIS, radar control software and the provision of associated spares. Only the Contractor has the necessary technical information to be able to perform this requirement on all platforms within scope, without considerable risk to the continued operation of the fleet. Their continued technical expertise, technical data and manufacturing expertise is necessary to ensure that these systems remain fully operational and compliant.\nThe length of the new contract will be 2 years. The approximate value of the contract is estimated to be \u00a320m ex VAT.\nIn accordance with Section 41(1)(a) of the Procurement Act 2023 (the \u201cAct\u201d), 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 Contractor, a supplier that is not an excluded supplier. It is considered that a Direct Award is permissible under the Act on the basis that, due to an absence of competition for technical reasons, only the Contractor can carry out the services and there are no alternatives to those goods, services or works. \nOnly the Company possesses the technical information to carry out the work required to achieve the ECPINS (Electronic Chart Precision Integrated Navigation System) software integration of any obsolescence solution within the WECDIS and WAIS equipment, as well as the maintenance of these systems, their technical support and the capability to provide training where required. \nAccordingly, due to an absence of competition for technical reasons, the Contractor 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. \nThe 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.",
    "procurementMethodRationaleClassifications": [
      {
        "id": "singleSuppliersTechnicalReasons"
      }
    ],
    "status": "complete",
    "title": "Combined Procurement of WECDIS/WAIS and Obsolescence Recovery - UK5"
  }
}