Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Foreign, Commonwealth and Development Office
King Charles Street
LONDON
SW1A2AH
UK
Contact person: David Waddell
E-mail: david.waddell@fcdo.gov.uk
NUTS: UKI32
Internet address(es)
Main address: https://www.gov.uk/government/organisations/foreign-commonwealth-development-office
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of high grade cryptos
Reference number: CPG/7689/2021
II.1.2) Main CPV code
30200000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Foreign Commonwealth and Development Office' s (FCDO) existing cryptographic estate is approaching " last year of use" , as defined by the National Cyber Security Centre (NCSC), requiring FCDO to procure next generation, high grade cryptographic devices to support its global network providing secure data, voice and video conferencing facilities.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 349 208.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
These new high grade cryptographic devices will be installed in data centres across the FCDO estate, including UK sites and secure zones in a number of diplomatic missions overseas.
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
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
FCDO requires delivery of the devices by 5 April 2022 to facilitate system integration work and initial overseas deployment by the end of 2022, with the bulk of the overseas roll out being completed in 2023.
On delivery to FCDO, the high grade cryptographic devices must:
- meet TEMPEST standard SDIP-27 Level A;
- be assured by NCSC;
- be fully CAPS certified; and
- comply with the latest strategic standard for encrypted IP communications(PRIME) using the UK Suite A algorithm.
It is FCDO's understanding that Airbus Defence and Space Limited are the only supplier able to meet all requirements listed above and positioned to meet the required delivery date.
FCDO therefore intends to utilise the Negotiated Procedure without Prior Publication, specifically regulation 32.2.b.ii of the Public Contracts Regulations 2015, in the award of this contract.
FCDO issued an F15: Voluntary ex ante transparency notice on 17 December 2021 (#2021/S 000-031655) detailing the above.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-031655
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
07/01/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
AIRBUS DEFENCE AND SPACE LIMITED
Stevenage
SG1 2AS
UK
NUTS: UKH2
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 349 208.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Royal courts of Justice
London
UK
VI.5) Date of dispatch of this notice
03/02/2022