Tender

Tactical Communication Systems

  • Crown Commercial Service

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-001777

Procurement identifier (OCID): ocds-h6vhtk-04ff3b (view related notices)

Published 9 January 2026, 11:39am



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

This table contains award criteria for this lot
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


Documents

Associated tender documents

RM6393 Customer list PA2023.docx


Contracting authority

Crown Commercial Service

  • Public Procurement Organisation Number: PBZB-4962-TVLR

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

United Kingdom

Telephone: +44 3454102222

Email: supplier@crowncommercial.gov.uk

Website: https://www.gov.uk/ccs

Region: UKD72 - Liverpool

Organisation type: Public authority - central government