Award

713095450 - MHC Block 2 Remote Command Centre (RCC) Integration and Supply - Voluntary Transparency Notice (VTN)

  • Ministry of Defence

F15: Voluntary ex ante transparency notice

Notice identifier: 2025/S 000-013796

Procurement identifier (OCID): ocds-h6vhtk-04ff2e

Published 8 April 2025, 5:35pm



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

Mine Hunting Capability Team, SPRUCE 3C, NH1, MoD Abbey Wood, Filton

Bristol

BS34 8JH

Contact

Mr Garry Ogborne

Email

garry.ogborne100@mod.gov.uk

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main address

www.des.mod.uk

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

713095450 - MHC Block 2 Remote Command Centre (RCC) Integration and Supply - Voluntary Transparency Notice (VTN)

Reference number

713095450 VTN

two.1.2) Main CPV code

  • 35710000 - Command, control, communication and computer systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

A contract for the supply of up to a maximum of 8 (eight) Remote Command Centre(s) (“RCCs”) as part of the Authority’s Mine Hunting Capability (“MHC”), to be procured under the DSPCR 2011 Negotiated Procedure without Prior Publication of a Contract Notice.

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: £100,000,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset
Main site or place of performance

Thales UK Ltd, Throop Road, Templecombe, BA8 0DH

two.2.4) Description of the procurement

The requirement for the Authority’s MHC team covers:

1. The requirement to integrate the currently disparate and separately controlled range of key MHC platforms and autonomous capabilities into the Thales MMCM RCC to deliver a single, unified RCC, thereby allowing integrated command, control and operation of the full range of MHC platforms, systems and sub-systems.

2. The potential provision of additional unified RCCs – to the same or slightly amended specification.

3. The provision of associated software, training and SME technical advice in support of the integration activities and wider MHC capability delivery.

two.2.5) Award criteria

Criterion: compliance with requirements of tendering and agreement of appropriate terms and conditions. 100

two.2.11) Information about options

Options: Yes

Description of options

The proposed contract will include 3 options for an additional 12 months each in duration.

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

  • The products involved are manufactured purely for the purpose of research, experiment, study or development
  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

The Secretary of State for Defence, acting through DE&S (the “Authority”) intends to award Thales UK Limited (“Thales”) a direct contract for the supply of up to a maximum of 8 (eight) [Remote Command Centre(s) (“RCC ”)] as part of the Authority’s Mine Hunting Capability (“MHC”). The proposed contract duration will be for a maximum of 72-months, comprising a fixed 36-month period with three 12-month (consecutive) options. The total value of the proposed contract is up to a maximum of £100,000,000.00 (one hundred million pounds).

The requirement for the Authority’s MHC team covers:

1. The requirement to integrate the currently disparate and separately controlled range of key MHC platforms and autonomous capabilities into the Thales MMCM RCC to deliver a single, unified RCC, thereby allowing integrated command, control and operation of the full range of MHC platforms, systems and sub-systems.

2. The potential provision of additional unified RCCs – to the same or slightly amended specification.

3. The provision of associated software, training and SME technical advice in support of the integration activities and wider MHC capability delivery.

In accordance with regulation 4 of The Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011, as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate.

It is considered that the award of a contract to Thales using the negotiated procedure without prior publication of a contract notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 (as amended) for technical reasons.

This is because the Authority has identified a strict technical impracticality for a supplier other than Thales to achieve the Authority’s technical requirements as it is necessary to use specific knowledge, tools or means which only Thales currently has at its disposal. More specifically, the Thales RCC has been developed as part of the International collaborative Maritime Mine Counter Measures (“MMCM”) programme and makes extensive use of Thales’ background Technical information and know-how, to deliver a technically complex and mature capability, providing the essential safe-to-operate and operationally-secure remote command and control for the complex MMCM system of systems. This pre-existing RCC will form the basis for the new combined RCC, into which other hardware and software elements will be integrated.

The absence of the specific knowledge, tools or means to achieve the Authority’s technical requirements prohibits other potential suppliers from effectively delivering the requirement and thus also prohibits meaningful competition. Subsequently, given the high degree of technical and safety-related complexity involved within the scope of the proposed RCC integration, and the necessity for the modification of Thales’ existing RCC to ensure all software and hardware operates safely and collaboratively, Thales are the only commercial entity that possess both the relevant expertise and suitably qualified & experienced personnel to effectively deliver the totality of this 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

Contract No

713095450

Title

MHC Block 2 Remote Command Centre (RCC) Integration and Supply

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

8 April 2025

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

Thales UK Limited

350 Longwater Avenue, Green Park

Reading

RG2 6GF

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
National registration number

00868273

Internet address

https://www.thalesgroup.com/en/countries/europe/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: £100,000,000

five.2.5) Information about subcontracting

The contract/lot/concession is likely to be subcontracted

All or certain subcontracts will be awarded through a competitive procedure


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 Thales UK Ltd on a Single Source QDC basis and is published for the purpose of transparency. If you are interested in becoming a sub-contractor for this requirement, you should apply directly to the supplier named in this notice.

six.4) Procedures for review

six.4.1) Review body

Mine Hunting Capability Delivery Team

Spruce 3C, NH1, MoD Abbey Wood, Filton

Bristol

BS34 8JH

Country

United Kingdom