Contract

The Provision of 12 months Technical Support to Joint Common Remote Viewing Terminal (JCRVT)

  • Ministry of Defence

F18: Contract award notice for contracts in the field of defence and security

Notice identifier: 2023/S 000-035709

Procurement identifier (OCID): ocds-h6vhtk-03c4bd

Published 4 December 2023, 4:55pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Ministry of Defence

MOD Abbey Wood

Bristol

BS34 8JH

For the attention of

pelechata kate

Email(s)

kate.pelechata100@mod.gov.uk

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

www.gov.uk

one.2) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

one.4) Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities:

No


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract

The Provision of 12 months Technical Support to Joint Common Remote Viewing Terminal (JCRVT)

two.1.2) Type of contract and location of works, place of delivery or of performance

Services

Service category No 11: Telecommunications services

two.1.4) Short description of the contract or purchase(s)

The TacSys Service Executive (SE) within Defence Digital, part of the UK Ministry of Defence (MOD), intends to place with L3Harris Communications Systems UK Ltd a 12-month contract for the Technical Support to Joint Common Remote Viewing Terminal (JCRVT).

two.1.5) Common procurement vocabulary (CPV)

  • 64227000 - Integrated telecommunications services

two.2) Total final value of contract(s)

two.2.1) Total final value of contract(s)

Value: £628,557

Excluding VAT


Section four: Procedure

Type of procedure

Negotiated without publication of a contract notice

Justification for the award of the contract without prior publication of a contract notice

1) Justification for the choice of the negotiated procedure without prior publication of a contract notice

No tenders or no suitable tenders in response to: negotiated procedure competition

All tenders submitted in reply to an open procedure, a restricted procedure or competitive dialogue were irregular or inacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria: no

The periods for the restricted procedure and the negotiated procedure with prior publication of a contract notice are incompatible with the urgency resulting from a crisis: no

Extreme urgency brought about by events unforeseeable by the contracting authority/entity: no

The works/goods/services can be provided only by a particular tenderer for reasons that are:

technical

The contract concerns research and development services other than those referred to in the regulations: no

The products involved are manufactured purely for the purpose of research, experiment, study or development: no

Additional works/deliveries/services are ordered under strict conditions: no

For supplies quoted and purchased on a commodity market: no

New works/services, constituting a repetition of existing works/services: no

Contract related to the provision of air and maritime transport services for the armed forces deployed or to be deployed abroad: no

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.2) Award criteria

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.1) File reference number attributed by the contracting authority

707684453

four.3.2) Previous publication(s) concerning the same contract

Voluntary ex ante transparency notice

Notice number: 2023/S 000-012147 of 27 April 2023


Section five: Award of contract

Contract No

707684453

five.1) Date of contract award decision

3 November 2023

five.2) Information about offers

Number of offers received

1

Number of offers received by electronic means

1

five.3) Name and address of economic operator in favour of whom the contract award decision has been taken

L3Harris Communications Systems UK Ltd

Unit 1, Dingley Way

Farnborough

GU14 6FF

Email(s)

Simon.Dale@L3Harris.com

Country

United Kingdom

five.4) Information on value of contract

Total final value of the contract

Value: £628,557

Excluding VAT

If annual or monthly value

Number of years: 1

five.5) Information about subcontracting

The contract is likely to be sub-contracted: No


Section six: Complementary information

six.1) Information about European Union funds

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

six.3) Procedures for appeal

six.3.1) Body responsible for appeal procedures

Ministry of Defence, TacSys Service Executive (SE)

MOD Abbey Wood (South)

Bristol

BS34 8JH

Email(s)

Kate.Pelechata100@mod.gov.uk

Country

United Kingdom

Body responsible for mediation procedures

Ministry of Defence, TacSys Service Executive (SE)

MOD Abbey Wood (South)

Bristol

BS34 8JH

Email(s)

Kate.Pelechata100@mod.gov.uk

Country

United Kingdom

six.3.3) Service from which information about the lodging of appeals may be obtained

Ministry of Defence, TacSys Service Executive (SE)

MOD Abbey Wood (South)

Bristol

BS34 8JH

Email(s)

Kate.Pelechata100@mod.gov.uk

Country

United Kingdom