Tender

Next Generation Countermeasure - Contract Notice

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

23 Sep 2022 at 12:23

Summary of the contracting process

The Ministry of Defence has issued a tender titled "Next Generation Countermeasure - Contract Notice" within the strategic submarine nuclear-fuelled industry category. The procurement stage is a competitive negotiated process with a deadline for tender submissions on 16th January 2023. The contract is valued at £100,000,000 and has a contract period running from 1st March 2025 to 1st March 2031, with delivery addresses spanning various locations including the UK and Europe.

This tender presents significant growth opportunities for businesses capable of developing and supplying a countermeasure system for submarines, including providing trials, testing, and combat system integration. Companies with expertise in defence technology, security clearance up to SECRET UK EYES ONLY level, and a track record in quality assurance are well-suited to compete. The procurement process aims to select a supplier that can meet stringent security and quality standards while demonstrating technical proficiency in electronic trading as part of the Contracting, Purchasing & Finance system.

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

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.

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

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

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-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"
    }
}