Notice Information
Notice Title
MHC Block 2 Remote Command Centre (RCC) Integration and Supply
Notice Description
Contract for the design, integration and subsequent manufacture and supply of Remote Command Centres for RN Mine Hunting Capability platforms.
Lot Information
Lot 1
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.
Options: The proposed contract will include 3 options for an additional 12 months each in duration.
Procurement Information
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 PS100,000,000.00 (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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04ff2e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/085058-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Limited
- Procurement Method Details
- Negotiated without publication of a contract notice
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35711000 - Command, control, communication systems
35712000 - Tactical command, control and communication systems
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £4,000,000,000 £1B-£10B
Notice Dates
- Publication Date
- 19 Dec 20252 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 7 Apr 202510 months 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Attn: Garry Ogborne, Mr Garry Ogborne
- Contact Email
- garry.ogborne100@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS34 8JH
- Post Town
- Bristol
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK52 Bath & North East Somerset and South Gloucestershire
- Delivery Location
- TLD3 Greater Manchester, TLJ11 Berkshire, TLK23 Somerset CC
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-04ff2e-2025-12-19T15:53:47Z",
"date": "2025-12-19T15:53:47Z",
"ocid": "ocds-h6vhtk-04ff2e",
"description": "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.",
"initiationType": "tender",
"tender": {
"id": "713095450",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "MHC Block 2 Remote Command Centre (RCC) Integration and Supply",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "35711000",
"description": "Command, control, communication systems"
},
"mainProcurementCategory": "goods",
"description": "Contract for the design, integration and subsequent manufacture and supply of Remote Command Centres for RN Mine Hunting Capability platforms.",
"lots": [
{
"id": "1",
"description": "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.",
"awardCriteria": {
"criteria": [
{
"name": "compliance with requirements of tendering and agreement of appropriate terms and conditions.",
"description": "100"
}
]
},
"hasOptions": true,
"options": {
"description": "The proposed contract will include 3 options for an additional 12 months each in duration."
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKK23"
}
],
"deliveryLocation": {
"description": "Thales UK Ltd, Throop Road, Templecombe, BA8 0DH"
},
"relatedLot": "1"
},
{
"id": "0",
"deliveryAddresses": [
{
"region": "UKD3"
},
{
"region": "UKJ11"
},
{
"region": "UKK23"
}
],
"deliveryLocation": {
"description": "Somerset, Cheadle, Reading"
}
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"procurementMethodRationaleClassifications": [
{
"id": "D_MANUF_FOR_RESEARCH",
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"description": "The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive"
},
{
"id": "D_TECHNICAL",
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
}
],
"procurementMethodRationale": "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 PS100,000,000.00 (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.",
"additionalClassifications": [
{
"id": "35712000",
"scheme": "CPV",
"description": "Tactical command, control and communication systems"
},
{
"id": "PURCHASE",
"scheme": "TED_TYPE_SUPPLIES_CONTRACT",
"description": "Purchase"
}
],
"awardCriteria": {
"criteria": [
{
"name": "Pass for all mandatory criteria set out within the DEFFORM 47/Tender documentation",
"description": "100",
"numbers": [
{
"number": "1",
"weight": "order"
}
]
}
]
}
},
"awards": [
{
"id": "013796-2025-713095450-1",
"relatedLots": [
"1"
],
"title": "MHC Block 2 Remote Command Centre (RCC) Integration and Supply",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"competitive": true
},
"suppliers": [
{
"id": "GB-FTS-143339",
"name": "Thales UK Limited"
}
]
},
{
"id": "085058-2025-713095450-1",
"status": "active",
"hasSubcontracting": false,
"suppliers": [
{
"id": "GB-FTS-169804",
"name": "Thales UK Ltd"
}
]
}
],
"parties": [
{
"id": "GB-FTS-143338",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Mine Hunting Capability Team, SPRUCE 3C, NH1, MoD Abbey Wood, Filton",
"locality": "Bristol",
"region": "UKK12",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Garry Ogborne",
"email": "garry.ogborne100@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.des.mod.uk",
"classifications": [
{
"id": "MINISTRY",
"scheme": "TED_CA_TYPE",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"id": "02",
"scheme": "COFOG",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-143339",
"name": "Thales UK Limited",
"identifier": {
"legalName": "Thales UK Limited",
"id": "00868273"
},
"address": {
"streetAddress": "350 Longwater Avenue, Green Park",
"locality": "Reading",
"region": "UKJ11",
"postalCode": "RG2 6GF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.thalesgroup.com/en/countries/europe/united-kingdom",
"scale": "large"
}
},
{
"id": "GB-FTS-143340",
"name": "Mine Hunting Capability Delivery Team",
"identifier": {
"legalName": "Mine Hunting Capability Delivery Team"
},
"address": {
"streetAddress": "Spruce 3C, NH1, MoD Abbey Wood, Filton",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-169803",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "#1027 Spruce 3C, NH1, MOD Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Attn: Garry Ogborne",
"email": "garry.ogborne100@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://des.mod.uk",
"classifications": [
{
"id": "MINISTRY",
"scheme": "TED_CA_TYPE",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"id": "02",
"scheme": "COFOG",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-169804",
"name": "Thales UK Ltd",
"identifier": {
"legalName": "Thales UK Ltd",
"id": "00868273"
},
"address": {
"streetAddress": "350 Longwater Avenue, Green Park",
"locality": "Reading",
"postalCode": "RG2 6GF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.thalesgroup.com/en/worldwide/united-kingdom"
}
}
],
"buyer": {
"id": "GB-FTS-169803",
"name": "Ministry of Defence"
},
"contracts": [
{
"id": "013796-2025-713095450-1",
"awardID": "013796-2025-713095450-1",
"title": "MHC Block 2 Remote Command Centre (RCC) Integration and Supply",
"status": "active",
"value": {
"amount": 100000000,
"currency": "GBP"
},
"dateSigned": "2025-04-08T00:00:00+01:00"
},
{
"id": "085058-2025-713095450-1",
"awardID": "085058-2025-713095450-1",
"status": "active",
"value": {
"amount": 3900000000,
"currency": "GBP"
},
"period": {
"durationInDays": 1170
},
"dateSigned": "2025-12-16T00:00:00Z"
}
],
"language": "en",
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 1
},
{
"id": "2",
"measure": "electronicBids",
"value": 1
}
]
}
}