Section one: Contracting authority/entity
one.1) Name and addresses
Ministry of Defence, TacSys Service Executive (SE),
BS34 8JH
Bristol
BS34 8JH
Contact
Kate Pelechata
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
JCRVT 12-month In-Service Technical Support
Reference number
707684453
two.1.2) Main CPV code
- 64227000 - Integrated telecommunications services
two.1.3) Type of contract
Services
two.1.4) Short description
The TacSys Service Executive (SE) within Defence Digital, part of the UK Ministry of Defence (MOD), intends to place with L3Harris a 12-month contract for the provision of Level 4 technical support services to Joint Common Remote Viewing Terminal (JCRVT). The JCRVT capability provides a mobile capability which is flexible and configurable to securely receive and transmit digital and analogue Intelligence, Surveillance, Target Acquisition and Reconnaissance (ISTAR), specifically Full Motion Video (FMV) in real time, including associated Meta data at two protective markings (OFFICIAL-SENSITIVE and SECRET).
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: £1,250,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The In-Service support to JCRVT shall provide: - detailed engineering/technical support and guidance to the Authority on product design and operational use, maintenance and updates to JCRVT publications (Army Equipment Support Publications (AESPs), training courseware and Safety Assessment Report (SAR)), management of shared data store to assist with configuration control of documents, obsolescence management (down to component level) to assist the Authority with ensuring the equipment remains available to the User until any major refresh is planned or required; - provision of Post Design Services (PDS) via a tasking form arrangement, potentially to rectify an obsolescence issues and/or provision of technical information to another MOD Delivery Team with regards to the integration of JCRVT with other MOD capabilities.
two.2.5) Award criteria
Criterion: Comrcl criterium - Social Value 10%
two.2.11) Information about options
Options: Yes
Description of options
Radio software updates if and when required.
The Authority is under no obligation to exercise the right to the options if it deems inappropriate to do so.
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
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:
It is considered that this contract can be placed using the Negotiated Procedure Without Prior Publication of a contract notice pursuant to Regulation 16 (1)(a)(ii) of the Defence and Security Public Contract Regulations 2011 (DSPCR)) due to technical reasons. Following the competitive procedure, the MOD awarded initial JCRVT manufacture and support contract to L3Harris in 2016 which is due to expire in October 2023. A new short-term replacement in-service technical support is required. L3Harris are the Original Equipment Manufacturer (OEM) and have the specific technical skills, know-how and experience in providing the necessary Contractor Technical Support and Services to support and upgrade the equipment when required. They are also the only supplier who have access to the product design information to enable them to undertake any support and design modifications to the JCRVT system. Choosing to compete this requirement would introduce the possibility of contravention of the Defence Safety Authority (DSA) regulations as it would not be possible to ensure that another contractor could be sufficiently qualified within the requisite timeframes to undertake design and manufacture activities without including an associated unacceptable level of risk. This would result in the Authority not being able to fulfil safety requirements which are required to ensure the safe functioning of the User community. Due to the above reasons the requirement will continue as a single source requirement.
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
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
27 April 2023
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
L3Harris
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: £1,250,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.3) 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. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise.
six.4) Procedures for review
six.4.1) Review body
Ministry of Defence
MOD Abbey Wood (South)
Bristol
BS34 8JH
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Ministry of Defence, TacSys Service Executive (SE)
MOD Abbey Wood (South)
Bristol
BS34 8JH
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Ministry of Defence, TacSys Service Executive (SE)
MOD Abbey Wood (South)
Bristol
BS34 8JH
Country
United Kingdom