Scope
Reference
RM6393
Description
Specialised military-grade tactical communication and information systems, including hardware, software, associated design, implementation, and support services. To be deployed in active battlefield environments for critical real-time operational tactical communications, with potential cross-government Defence and Security sectoral applications. It expands on the offering under Lot 1c of the RM6116 Network Services 3 agreement.
Commercial tool
Establishes an open framework
Total value (estimated)
- £8,027,000,000 excluding VAT
- £9,632,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 26 June 2026 to 25 June 2029
- 3 years
Main procurement category
Services
CPV classifications
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 72220000 - Systems and technical consultancy services
- 35712000 - Tactical command, control and communication systems
- 72000000 - IT services: consulting, software development, Internet and support
- 48000000 - Software package and information systems
Lot 1. Services
Description
Architecture design, system integration, field support, training, and system sustainment activities
Lot value (estimated)
- £2,600,000,000 excluding VAT
- £3,120,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Systems
Description
End-to-end rapidly deployable, secure Information and Communication Services (ICS) (e.g. complete system solutions to meet the needs of a specific User community, often with a support solution) and pre-integrated multicomponent capability packages that provide major building blocks of a complete system solution (e.g. vehicle-mounted solutions, dismounted solutions).
Lot value (estimated)
- £4,700,000,000 excluding VAT
- £5,640,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Components
Description
Discrete hardware and software components
Lot value (estimated)
- £727,000,000 excluding VAT
- £908,700,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Open framework scheme end date (estimated)
25 June 2029
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
1%
Further information about fees
The Supplier will pay, excluding VAT, 1 % of all the Charges for the Deliverables invoiced to the Buyer under all Call-Off Contracts.
Framework operation description
Refer to Framework Schedule 7 (Call-Off Award Procedure) - of the competitive selection processes for the award of contracts under this framework.
The Buyer has the ability to complete a Catalogue Enabled Further Competition, Single Stage Competitive Process, Two Stage Competitive Process or Multi Stage Competitive Process. Lot 3 shall comprise a capability matrix, which shall be determined at the FW tender stage and allow a Buyer to identify suppliers within the lot that can deliver a required capability or capabilities. Once identified, the Buyer shall decide which competitive process they require for their call-off.
Award method when using the framework
With competition
Contracting authorities that may use the framework
Refer to RM6393 Tactical Communication Systems - Customer List for details of contracting authorities that may use the framework.
Submission
Enquiry deadline
28 January 2026, 3:00pm
Tender submission deadline
12 February 2026, 3:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
15 June 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Capability | Quality | 26.7% |
| Organisational Competence | Quality | 17.8% |
| Delivery | Quality | 13.3% |
| Support & Sustainment | Quality | 13.3% |
| Social value | Quality | 10% |
| Price | Price | 10% |
| Collaborative Working | Quality | 8.9% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Crown Commercial Service
- Public Procurement Organisation Number: PBZB-4962-TVLR
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
United Kingdom
Region: UKD72 - Liverpool
Organisation type: Public authority - central government