Awarded contract

BATCM/0322 - Multi-Mode Radio (MMR)

  • Ministry of Defence

F15: Voluntary ex ante transparency notice

Notice reference: 2021/S 000-010342

Published 11 May 2021, 10:55pm



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

Ministry of Defence, Defence Digital (formerly Information Systems and Services), BATCIS Delivery Team, Abbey Wood

Bristol

BS34 8JH

Contact

Daniel Brockley

Email

ISSComrcl-BATCIS-Morpheus-Grp@mod.gov.uk

Telephone

+44 3067985589

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.gov.uk/government/organisations/ministry-of-defence

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

BATCM/0322 - Multi-Mode Radio (MMR)

two.1.2) Main CPV code

  • 35712000 - Tactical command, control and communication systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

The aim of the Multi-Mode Radio (MMR) project is to maintain Tactical Satellite (TacSAT) and Ground-to-Air (G2A) capabilities post-2023 and set the conditions for a transition to and integration with the future MORPHEUS radio capabilities.

The MOD has a requirement for National Security Agency (NSA) accredited Handheld and Manpack software-defined combat net radios capable of operating at SECRET across a broad range of military frequency bands (30MHz to 1.8GHz) delivering voice and data communication across the following modes of operation: Ground to Air; Ground to Ground - Line of Sight; Ground to Ground – Mobile Ad-hoc Network (MANET); and Ground to Ground - Beyond Line of Sight.

In order to support interoperability between NATO and FVEY Partners, the radios are likely to require (but will not be limited to) the following waveform capabilities: HAVEQUICK II; Second-generation Anti-jam Tactical UHF radios for NATO (SATURN); Single Channel Ground and Airborne Radio System (SINCGARS); Demand Assigned Multiple Access (DAMA); Integrated Waveform (IW) 2; and TSM.

To achieve secure communications, the radios will be capable of using various cryptographic standards, which are likely to include (but will not be limited to): VINSON Advanced Narrowband Digital Voice Terminal (ANDVT), Tactical Secure Voice Cryptographic Interoperability Specification (TSVCIS), Advanced Encryption Standard (AES) 256.

The radios will be operated on the soldier (dismounted) whilst deployed worldwide on battlefield missions of 72+hrs without support, which will require the following system attributes: long battery life, minimum size, weight and power, low/no maintenance, no special tools or test equipment and include ancillaries.

The radios will be configurable locally or remotely allowing users to load new mission fills and load or purge cryptographic keys.

The Manpack radio will be able to integrate within the MORPHEUS Evolve to Open (EvO) System Baseline. MORPHEUS Evolve to Open (EvO) is the first instantiation of Defence as a Platform (DaaP) in the tactical environment.

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: £90,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 32344210 - Radio equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The core Contract supply is expected to have a value range of £70m-£90m (ex VAT). Including Options, the total anticipated Contract Value is between £70m-£250m (ex VAT).

The supplier will be able to deliver quantities of up to 700 Manpack radios and 500 Handheld radios (exclusive of Options) that will meet the MMR performance requirements.

Other requirements will include:

• Training needs analysis and development of training materials;

• Ancillaries (for example, antennas, headsets, batteries, pouch/bergen)

• Integrated Logistical Support, including:

o Supportability analysis;

o NATO codification & unique item identification recording and marking (2D barcoding);

o Delivery of initial spares package;

o Packaging, handling, storage & transportation planning;

o Provision of technical documentation;

• Project management and governance; and

• Security, electromagnetic compatibility (EMC), safety and environmental assurance activities.

Support Requirements

Once the MMR solution has achieved FOC, the repair and inventory management services for MMR will be delivered by the future Logistical Support Contract (LSC) (Contract Reference: BATCM/0294) provider (Babcock Integrated Technology Limited). The MMR supplier will support transition of the MMR logistics requirements onto the LSC Contract.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: Yes

Description of options

Option 1 - EvO Integration

This option is to provide integration of the MMR Manpack radio into the Evolve to Open (EvO) system.

Option 2 - Handheld Radios Additional Buy

This option is to provide delivery of up to 5,000 additional Handheld radios and ancillary items (including ancillaries) to support LE TacCIS Projects and additional platforms across the Ministry of Defence.

Option 3 – Manpack Radios Additional Buy

This option is to provide delivery of up to 1,000 additional Manpack radios and additional ancillary items (including ancillaries) to support further LE TacCIS Projects and additional platforms across the Ministry of Defence.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy.

In reference to Section V: Award of Contract, the Authority has not yet awarded the Contract and this section should therefore be ignored.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure without publication of a contract notice

  • No tenders or no suitable tenders/requests to participate in response to restricted procedure
  • The products involved are manufactured purely for the purpose of research, experiment, study or development

Explanation:

On 4 May 2020 the Battlefield and Tactical Communication Information Systems (BATCIS) Team, part of the Ministry of Defence (“the Authority”) issued a Contract Notice to commence the procurement for a Multi-Mode Radio (“MMR”) system using the negotiated procedure with prior publication of a contract notice. Following the selection phase, an Invitation to Negotiate (“ITN”) was issued on 2 December 2020. There were three tenderers in the procurement. On 29 Jan 2021, one tenderer withdrew from the procurement by notice to the Authority. On 19 Feb 2021, another tenderer withdrew from the procurement by notice to the Authority. Accordingly, in the absence of suitable tenders in response to the negotiated procedure with prior publication of a contract notice, the Authority now intends to contract for the same requirement, without substantially altering the terms of the proposed contract, with Harris Global Communications Inc / Harris Systems Limited using the negotiated procedure without prior publication of a contract notice pursuant to regulation 16(1)(a)(i) the Defence and Security Public Contracts Regulations 2011.

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

BATCM/0322

Title

Multi-Mode Radio (MMR)

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

11 May 2021

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

Harris Systems Limited (a subsidiary of L3Harris Technologies Inc)

Unit 1, Dingley Way, Aerospace Park

Farnborough

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £90,000,000

five.2.5) Information about subcontracting

The contract/lot/concession is likely to be subcontracted


Section six. Complementary information

six.3) Additional information

This notice is not a request for expressions of interest so please do not apply to be invited to tender. This notice advises that the Authority has decided to negotiate a contract with the named supplier on a single source basis, and is published for reasons of transparency. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to the supplier named above.

six.4) Procedures for review

six.4.1) Review body

Ministry of Defence

Ministry of Defence, Defence Digital, BATCIS Delivery Team, Bristol, United Kingdom

Bristol

Country

United Kingdom