Section one: Contracting authority/entity
one.1) Name and addresses
Ministry of Defence
Corsham
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Procurement of Additional RF Monitoring Nodes
two.1.2) Main CPV code
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
two.1.3) Type of contract
Supplies
two.1.4) Short description
Procurement of RF Monitoring Capability Equipment
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £413,470
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Supply of additional RF Monitoring Equipment capability
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The contract has its object services listed in Annex II B
Explanation:
It is considered that this contract can be placed using the negotiated procedure without prior publication of a contract notice in the UK e-notification service is lawful in accordance with Regulation 32(5)(b) of the UK Public Contracts Regulations 2015 for additional purchase or hire of goods from the original supplier where they are in addition to existing goods. This is because the complexity of the goods and the associated requirements for interoperability of the new goods and the existing goods and the need for standardisation of equipment in the Defence and security arena, requires supply by the same manufacturer. A change in supplier to obtain similar equipment would result in incompatibility with the goods covered by the original contract. The purchase of the TDoA nodes will be used with the existing hardware of TDoA and AOA nodes and the Mission Manager and RF Eye Site software that the MOD currently owns. The new nodes will be 100% compatible with the existing nodes and software and will grow and improve the current MOD RF Monitoring capabilities in terms of geo-location over a greater area and frequency range. RF Monitors from other suppliers would not be 100% compatible with the existing CRFS hardware and software and would have a poorer performance. Using a different manufacturers’ equipment and software would lose the SQEP experience built up over 5 years, and diminish the reach back, network flexibility and other mutual support available.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract/concession
Contract No
DPS/00158
Title
RF Monitoring Capability Equipment
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
16 January 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
CRFS Ltd
Cambridge
CB25 9TL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £413,370
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Ministry of Defence
Corsham
SN13 9GB
Country
United Kingdom