Tender

ESND - Provision of Electronic Counter Measures (ECM)

FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 1 release in its history.

Tender

13 Sep 2021 at 16:02

Summary of the contracting process

The Foreign Commonwealth and Development Office (FCDO) is seeking tenders for the provision of Electronic Counter Measures (ECM), focusing on next-generation commercial off-the-shelf (COTS) ECM equipment manufactured in the UK. The procurement process is currently in the Tender stage, with the deadline for submission set for 12 October 2021. This initiative falls under the category of electronic warfare systems and countermeasures, and responses must be delivered to the FCDO's headquarters located in London (postal code SW1A 2AH). The procurement method follows a selective approach, specifically a restricted procedure that is applicable above the threshold criteria.

This tender presents a significant opportunity for UK manufacturers specialising in ECM systems, particularly those holding UK List X status and possessing proven technology readiness levels (TRL) of 8. Companies engaged in the development and production of modular, upgradeable ECM systems that meet the specified operational requirements are well-suited to compete. The contract encompasses not only the supply of the ECM systems but also the maintenance of the integration with FCDO CAV communications and tracking systems for a minimum of five years, thus inviting businesses capable of delivering ongoing technical support and innovation in response to emerging threats.

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

ESND - Provision of Electronic Counter Measures (ECM)

Notice Description

The FCDO seeks to engage with UK ECM equipment manufacturers who have developed and are currently manufacturing next generation commercial off the shelf (COTS) ECM equipment in the UK. Engagement is requested from UK companies that hold UK List X status and who are currently manufacturing next generation ECM equipment at a technology readiness level (TRL) of 8 (TRL 8 - actual technology completed and qualified through test and demonstration). The FCDO utilises ECM in some operational environments in civilian armoured vehicles (CAV) and is seeking to engage with suppliers of ECM systems to replace the current capability with a next generation ECM system, which must meet the following criteria: 1. The ECM System must be UK manufactured. 2. The capability must be evergreen. It must be modular and upgradeable to facilitate capability uplift in the face of new or emerging threats. 3. The system must be able to operate within a frequency range of 20Mhz to 6Ghz and be extendible should the FCDO wish to add additional modules to increase the system capability beyond 6Ghz if required. 4. The ECM systems must be designed using open architecture protocols and standards. 5. The system must be reconfigurable and programmable within the area of operations to implement an appropriate threat response to defeat existing or new threat systems. 6. It is desirable for the system be able to detect and log threat frequency equipment activation events when the system is in operation (providing inhibition) and record these events by frequency and GPS location to assist in developing a location specific threat map. Information should be able to be viewed post mission with generic or supplier provided digital mapping software. 7. The supplier must have a pedigree in the supply of ECM systems to NATO countries and be able to evidence previous installations in CAVs and the integration of other vehicle systems such as radio communications and tracking equipment. 8. The supplier will be required to integrate and maintain the ECM system and FCDO CAV communications and tracking systems for a minimum of 5 years and have a pedigree in supporting their systems in a similar manner. 9. The supplier must be prepared to have their ECM system independently assessed for technical capability at no cost to the FCDO. Additional information: Accessing Jaggaer Advantage Portal This requires Two Factor Authentication (2FA). The process for Jaggaer 2FA works as follows. 1. Log into the FCDO portal via the web login page, (requires registration first time which is free and instantaneous) enter your username and password. This is your first form of authentication. 2. You will then be presented with a QR code to scan. This requires a mobile phone with the Google or Microsoft Authenticator App. 3. Upon scanning the QR code with Google or Microsoft Authenticator you are presented with a code. 4. The code must be entered into the Token Number field within the allotted time. You must then select the "Submit" button on the right hand side of the screen to complete the second form of authentication which completes the Jaggaer login process. 5. For all future logins you will not be required to scan the QR code and instead can navigate to the Google or Microsoft Authenticator App and enter the current token into the Token Number field.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-3d17392d-3004-43ab-969d-c7c16db62033
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/79932ba2-f151-4c1f-83ed-1d00fcce361c
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment


CPV Codes

35730000 - Electronic warfare systems and counter measures

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Sep 20214 years ago
Submission Deadline
12 Oct 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 May 2022 - 31 May 2027 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
FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1A 2AH
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI London

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-b5fd17-3d17392d-3004-43ab-969d-c7c16db62033-2021-09-13T17:02:02+01:00",
    "date": "2021-09-13T17:02:02+01:00",
    "ocid": "ocds-b5fd17-3d17392d-3004-43ab-969d-c7c16db62033",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_265130/995582",
        "title": "ESND - Provision of Electronic Counter Measures (ECM)",
        "description": "The FCDO seeks to engage with UK ECM equipment manufacturers who have developed and are currently manufacturing next generation commercial off the shelf (COTS) ECM equipment in the UK. Engagement is requested from UK companies that hold UK List X status and who are currently manufacturing next generation ECM equipment at a technology readiness level (TRL) of 8 (TRL 8 - actual technology completed and qualified through test and demonstration). The FCDO utilises ECM in some operational environments in civilian armoured vehicles (CAV) and is seeking to engage with suppliers of ECM systems to replace the current capability with a next generation ECM system, which must meet the following criteria: 1. The ECM System must be UK manufactured. 2. The capability must be evergreen. It must be modular and upgradeable to facilitate capability uplift in the face of new or emerging threats. 3. The system must be able to operate within a frequency range of 20Mhz to 6Ghz and be extendible should the FCDO wish to add additional modules to increase the system capability beyond 6Ghz if required. 4. The ECM systems must be designed using open architecture protocols and standards. 5. The system must be reconfigurable and programmable within the area of operations to implement an appropriate threat response to defeat existing or new threat systems. 6. It is desirable for the system be able to detect and log threat frequency equipment activation events when the system is in operation (providing inhibition) and record these events by frequency and GPS location to assist in developing a location specific threat map. Information should be able to be viewed post mission with generic or supplier provided digital mapping software. 7. The supplier must have a pedigree in the supply of ECM systems to NATO countries and be able to evidence previous installations in CAVs and the integration of other vehicle systems such as radio communications and tracking equipment. 8. The supplier will be required to integrate and maintain the ECM system and FCDO CAV communications and tracking systems for a minimum of 5 years and have a pedigree in supporting their systems in a similar manner. 9. The supplier must be prepared to have their ECM system independently assessed for technical capability at no cost to the FCDO. Additional information: Accessing Jaggaer Advantage Portal This requires Two Factor Authentication (2FA). The process for Jaggaer 2FA works as follows. 1. Log into the FCDO portal via the web login page, (requires registration first time which is free and instantaneous) enter your username and password. This is your first form of authentication. 2. You will then be presented with a QR code to scan. This requires a mobile phone with the Google or Microsoft Authenticator App. 3. Upon scanning the QR code with Google or Microsoft Authenticator you are presented with a code. 4. The code must be entered into the Token Number field within the allotted time. You must then select the \"Submit\" button on the right hand side of the screen to complete the second form of authentication which completes the Jaggaer login process. 5. For all future logins you will not be required to scan the QR code and instead can navigate to the Google or Microsoft Authenticator App and enter the current token into the Token Number field.",
        "datePublished": "2021-09-13T17:02:02+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35730000",
            "description": "Electronic warfare systems and counter measures"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1A 2AH"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2021-10-12T17:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-06-01T00:00:00+01:00",
            "endDate": "2027-05-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/79932ba2-f151-4c1f-83ed-1d00fcce361c",
                "datePublished": "2021-09-13T17:02:02+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-151067",
            "name": "Foreign Commonwealth and Development Office",
            "identifier": {
                "legalName": "Foreign Commonwealth and Development Office"
            },
            "address": {
                "streetAddress": "King Charles Street",
                "locality": "London",
                "postalCode": "SW1A 2AH",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "kathy.ponteen@fcdo.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-151067",
        "name": "Foreign Commonwealth and Development Office"
    }
}