Award

Procurement of Additional RF Monitoring Nodes

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

17 Jan 2024 at 14:24

Summary of the contracting process

The Ministry of Defence has completed the procurement process for "Procurement of Additional RF Monitoring Nodes" in the goods category of the Office and computing machinery industry. The buying organisation, Ministry of Defence, based in Corsham, UK, awarded the contract to CRFS Ltd from Cambridge, UK. The procurement method used was a limited award procedure without prior publication of a call for competition. The contract was signed on 16th January 2024, with a total value of £413,370.

This tender for RF Monitoring Capability Equipment provides business growth opportunities for companies specialising in office and computing machinery supplies and equipment. Businesses with expertise in RF monitoring technology and equipment would be well-suited to compete in this procurement. The awarded contract to CRFS Ltd highlights the potential for SMEs to win contracts with governmental organisations like the Ministry of Defence through targeted procurement processes.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Procurement of Additional RF Monitoring Nodes

Notice Description

Procurement of RF Monitoring Capability Equipment

Procurement Information

It is considered that this contract can be placed using the negotiated procedure without prior publication of a contract notice in the UK e-notification service is lawful in accordance with Regulation 32(5)(b) of the UK Public Contracts Regulations 2015 for additional purchase or hire of goods from the original supplier where they are in addition to existing goods. This is because the complexity of the goods and the associated requirements for interoperability of the new goods and the existing goods and the need for standardisation of equipment in the Defence and security arena, requires supply by the same manufacturer. A change in supplier to obtain similar equipment would result in incompatibility with the goods covered by the original contract. The purchase of the TDoA nodes will be used with the existing hardware of TDoA and AOA nodes and the Mission Manager and RF Eye Site software that the MOD currently owns. The new nodes will be 100% compatible with the existing nodes and software and will grow and improve the current MOD RF Monitoring capabilities in terms of geo-location over a greater area and frequency range. RF Monitors from other suppliers would not be 100% compatible with the existing CRFS hardware and software and would have a poorer performance. Using a different manufacturers' equipment and software would lose the SQEP experience built up over 5 years, and diminish the reach back, network flexibility and other mutual support available.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-042def
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001627-2024
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages


CPV Codes

30000000 - Office and computing machinery, equipment and supplies except furniture and software packages

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£413,370 £100K-£500K

Notice Dates

Publication Date
17 Jan 20242 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
16 Jan 20242 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Not specified
Contact Email
michael.smith103@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
CORSHAM
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
Not specified

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Supplier Information

Number of Suppliers
1
Supplier Name

CRFS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-042def-2024-01-17T14:24:32Z",
    "date": "2024-01-17T14:24:32Z",
    "ocid": "ocds-h6vhtk-042def",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-042def",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Procurement of Additional RF Monitoring Nodes",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "30000000",
            "description": "Office and computing machinery, equipment and supplies except furniture and software packages"
        },
        "mainProcurementCategory": "goods",
        "description": "Procurement of RF Monitoring Capability Equipment",
        "lots": [
            {
                "id": "1",
                "description": "Supply of additional RF Monitoring Equipment capability",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Lowest price"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_SERVICES_LISTED",
                "description": "The contract has as its object services listed in Annex II B to the directive"
            }
        ],
        "procurementMethodRationale": "It is considered that this contract can be placed using the negotiated procedure without prior publication of a contract notice in the UK e-notification service is lawful in accordance with Regulation 32(5)(b) of the UK Public Contracts Regulations 2015 for additional purchase or hire of goods from the original supplier where they are in addition to existing goods. This is because the complexity of the goods and the associated requirements for interoperability of the new goods and the existing goods and the need for standardisation of equipment in the Defence and security arena, requires supply by the same manufacturer. A change in supplier to obtain similar equipment would result in incompatibility with the goods covered by the original contract. The purchase of the TDoA nodes will be used with the existing hardware of TDoA and AOA nodes and the Mission Manager and RF Eye Site software that the MOD currently owns. The new nodes will be 100% compatible with the existing nodes and software and will grow and improve the current MOD RF Monitoring capabilities in terms of geo-location over a greater area and frequency range. RF Monitors from other suppliers would not be 100% compatible with the existing CRFS hardware and software and would have a poorer performance. Using a different manufacturers' equipment and software would lose the SQEP experience built up over 5 years, and diminish the reach back, network flexibility and other mutual support available."
    },
    "awards": [
        {
            "id": "001627-2024-DPS/00158-1",
            "relatedLots": [
                "1"
            ],
            "title": "RF Monitoring Capability Equipment",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-45059",
                    "name": "CRFS Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-22975",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Corsham",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Michael.Smith103@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.contracts.mod.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-45059",
            "name": "CRFS Ltd",
            "identifier": {
                "legalName": "CRFS Ltd"
            },
            "address": {
                "locality": "Cambridge",
                "region": "UK",
                "postalCode": "CB25 9TL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-45060",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Corsham",
                "postalCode": "SN13 9GB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-22975",
        "name": "Ministry of Defence"
    },
    "contracts": [
        {
            "id": "001627-2024-DPS/00158-1",
            "awardID": "001627-2024-DPS/00158-1",
            "title": "RF Monitoring Capability Equipment",
            "status": "active",
            "value": {
                "amount": 413370,
                "currency": "GBP"
            },
            "dateSigned": "2024-01-16T00:00:00Z"
        }
    ],
    "language": "en"
}