Notice Information
Notice Title
Next Generation Countermeasure - Contract Notice
Notice Description
Expressions of Interests are sought from Potential Providers that have the capability to develop and supply a countermeasure system for Astute, Vanguard, Dreadnought and SSN(R) Class Submarines. This system will be known as the Next Generation Countermeasure (NGCM) and falls with the wider Underwater Defensive Aid Suite (UDAS) delivery Programme. The NGCM project is to be delivered in accordance with the Statement of Requirement (SOR) and Systems Requirements Document (SRD, which will be issued with the Invitation to Negotiate (ITN). The Contract is also to provide: - Trials & Testing - Combat System Integration - Initial Support Solution including Equipment & Technical Support - An initial Training Needs Analysis (TNA) and follow-on training packages - Post Design Services as required The initial Contract duration is estimated to be for a period of 6 years. Potential Providers are to note that in order to fulfil this requirement, the chosen supplier will be exposed to and required to safeguard nationally sensitive information/data bearing a security classification up to and including SECRET UK EYES ONLY level. The Authority therefore requires Potential Providers to have Provisional List X status to manage these security requirements throughout the entire supply chain by the ITN issue date. Potential Providers who do not meet this minimum eligibility criteria will be sifted out during the Dynamic Pre-qualification Questionnaire (DPQQ) evaluation stage. Potential Providers are to confirm that they can deliver a Safety and Environmental Case Report in accordance with DMR02 and DEF Stan 00-056. This forms part of the minimum eligibility criteria and any Potential Provider who cannot confirm compliance with this will be sifted out during the DPQQ evaluation stage. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2110 - NATO Quality Assurance Requirements for Design, Development and Production. The use of the Contracting, Purchasing & Finance (CP&F) system is a mandatory requirement for this Contract, the Authority must be assured that you have the technical ability to trade electronically and connect to the CP&F system. If this assurance is not provided Potential Providers will be sifted out during the DPQQ evaluation stage. The Authority requires Potential Providers to comply with the Mandatory Selection Criterion for the Government's Cyber Essentials Scheme as set out within DPQQ Part 1: Form E. Failure to comply will lead to Potential Providers being sifted out at the DPQQ evaluation stage. The cyber risk assessment for this project is rated as 'moderate'. Further information regarding additional exclusion criteria, minimum standards and the criteria for down selecting Potential Providers can be found within the supporting document UDAS DPQQ Potential Provider Guidance attached to the DPQQ.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-2135c95a-2faf-4087-8fa7-74b5de793d69
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/cfd6a6b2-f614-4753-a35c-17f7a7a5f14b
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Not Specified
- Procurement Method Details
- Other - Exempt Competitive Negotiated
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35512100 - Strategic submarine nuclear fuelled
Notice Value(s)
- Tender Value
- £100,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Sep 20223 years ago
- Submission Deadline
- 16 Jan 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Mar 2025 - 1 Mar 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
- Not specified
-
- Local Authority
- South Gloucestershire
- Electoral Ward
- Stoke Park & Cheswick
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/cfd6a6b2-f614-4753-a35c-17f7a7a5f14b
23rd September 2022 - Opportunity notice on Contracts Finder -
-
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-b5fd17-2135c95a-2faf-4087-8fa7-74b5de793d69-2022-09-23T13:23:03+01:00",
"date": "2022-09-23T13:23:03+01:00",
"ocid": "ocds-b5fd17-2135c95a-2faf-4087-8fa7-74b5de793d69",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_316965/1106101",
"title": "Next Generation Countermeasure - Contract Notice",
"description": "Expressions of Interests are sought from Potential Providers that have the capability to develop and supply a countermeasure system for Astute, Vanguard, Dreadnought and SSN(R) Class Submarines. This system will be known as the Next Generation Countermeasure (NGCM) and falls with the wider Underwater Defensive Aid Suite (UDAS) delivery Programme. The NGCM project is to be delivered in accordance with the Statement of Requirement (SOR) and Systems Requirements Document (SRD, which will be issued with the Invitation to Negotiate (ITN). The Contract is also to provide: - Trials & Testing - Combat System Integration - Initial Support Solution including Equipment & Technical Support - An initial Training Needs Analysis (TNA) and follow-on training packages - Post Design Services as required The initial Contract duration is estimated to be for a period of 6 years. Potential Providers are to note that in order to fulfil this requirement, the chosen supplier will be exposed to and required to safeguard nationally sensitive information/data bearing a security classification up to and including SECRET UK EYES ONLY level. The Authority therefore requires Potential Providers to have Provisional List X status to manage these security requirements throughout the entire supply chain by the ITN issue date. Potential Providers who do not meet this minimum eligibility criteria will be sifted out during the Dynamic Pre-qualification Questionnaire (DPQQ) evaluation stage. Potential Providers are to confirm that they can deliver a Safety and Environmental Case Report in accordance with DMR02 and DEF Stan 00-056. This forms part of the minimum eligibility criteria and any Potential Provider who cannot confirm compliance with this will be sifted out during the DPQQ evaluation stage. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2110 - NATO Quality Assurance Requirements for Design, Development and Production. The use of the Contracting, Purchasing & Finance (CP&F) system is a mandatory requirement for this Contract, the Authority must be assured that you have the technical ability to trade electronically and connect to the CP&F system. If this assurance is not provided Potential Providers will be sifted out during the DPQQ evaluation stage. The Authority requires Potential Providers to comply with the Mandatory Selection Criterion for the Government's Cyber Essentials Scheme as set out within DPQQ Part 1: Form E. Failure to comply will lead to Potential Providers being sifted out at the DPQQ evaluation stage. The cyber risk assessment for this project is rated as 'moderate'. Further information regarding additional exclusion criteria, minimum standards and the criteria for down selecting Potential Providers can be found within the supporting document UDAS DPQQ Potential Provider Guidance attached to the DPQQ.",
"datePublished": "2022-09-23T13:23:03+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "35512100",
"description": "Strategic submarine nuclear fuelled"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 100000000,
"currency": "GBP"
},
"procurementMethodDetails": "Other - Exempt Competitive Negotiated",
"tenderPeriod": {
"endDate": "2023-01-16T10:00:00Z"
},
"contractPeriod": {
"startDate": "2025-03-01T00:00:00Z",
"endDate": "2031-03-01T23:59:59Z"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "works",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/cfd6a6b2-f614-4753-a35c-17f7a7a5f14b",
"datePublished": "2022-09-23T13:23:03+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"description": "DSP Opportunity link containing DPQQ",
"url": "https://contracts.mod.uk/go/2667919401834561E1B9"
},
{
"id": "3",
"description": "Link to eSourcing Portal",
"url": "https://contracts.mod.uk"
}
]
},
"parties": [
{
"id": "GB-CFS-175488",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "MOD Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "England"
},
"contactPoint": {
"email": "joe-anne.powell558@mod.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-175488",
"name": "Ministry of Defence"
}
}