Tender

Future Naval Design Partnering (FNDP) CF Opportunity

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

Tender

08 Jun 2023 at 13:51

Planning

29 Mar 2023 at 12:41

Summary of the contracting process

The Ministry of Defence has issued a tender titled "Future Naval Design Partnering (FNDP) CF Opportunity" under the Submarines industry category. The procurement aims to establish a new framework for industry support in submarine design, technology management, and technical support. The process involves selecting Core Companies through a competition to sign framework agreements for task-based work. Key dates include the tender period ending on 17th July 2023 and the contract period starting from 1st July 2024.

This tender presents an opportunity for companies with expertise in submarine design, technology management, and technical support to collaborate with the Ministry of Defence in the Future Naval Design Partnering initiative. Businesses well-suited to compete are those with proven capabilities in submarine whole platform design solutions, technical support, and technology management studies. The procurement method involves a Competitive Procedure with Negotiation, and interested companies need to apply for membership as a Core Company by following the outlined selection process.

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

Future Naval Design Partnering (FNDP) CF Opportunity

Notice Description

The Submarine Future Naval Design Partnering (FNDP) Framework is being established based on the continued need for selective industry support to early stage design, technology management and through-life technical support in the submarine domain. Following the successful demonstration of the Enduring NDP that is due to conclude in September 2024, the Authority has identified a requirement for a Future Naval Design Partnering construct. The Future NDP construct will be broadly similar to the Enduring NDP and aims to continue access to the niche skills and expertise held by industry across the full gamut of submarine design, development, build, sustainment and disposal, often in the form of highly collaborative multiparty MOD and industry rainbow teams. This will be achieved by inviting selected companies to sign up to individual framework agreements, as Core Companies, with an umbrella multiparty agreement to enable collaborative working (through the establishment of Intellectual Property Rights and partnering principles). With the exception of the Submarine Enterprise Tier 1's, who will automatically be invited to join, a competition will be run for the selection of Core Companies as members of the Future Naval Design Partnering. Work undertaken through the individual framework agreements will be task based. The nature of this type of framework agreement means that the full scope and required deliverables of tasks will be developed as the need for each task arises. Every task will fall into one of the following three roles: Role 1 - Supporting the SDA in undertaking pre-concept and concept submarine design studies and capability investigations. Such work includes: the development of design and technology strategy options for future capability delivery and dealing with emerging technical issues in current platforms. Role 2 - Supporting the SDA in undertaking through-life technology management studies. Such work includes assisting the SDA in developing, implementing and managing the technology roadmap; dealing with emerging technical issues in current platforms; technical support to Technology Demonstration Programmes (TDPs); and a programme of work and the funding necessary to sustain critical niche technology capability in the Submarine Enterprise. Role 3 - Providing through-life technical support to the SDA in its Intelligent Customer (i.e. Design Approving Authority) role. So that SDA can make appropriate choices and decisions on material presented by its Tier 1 contractors (Technical Authorities) across new acquisition (e.g., SSNR, Dreadnought and in-build Astute Class submarines), support (e.g., in-service Astute and Vanguard Class submarines) and disposal. Additional information: By default, all tasks will be competed between the member Core Companies, although in some instances may be directed as deemed appropriate by the Authority. Core Companies will also be expected to contribute to the effective operation and management of the FNDP by nominating an appropriate senior representative to attend and contribute to regular board meetings and workshops. As well as providing insight into major MOD submarine programmes, attendance at the board will provide an opportunity for companies to drive in innovation and change (e.g., by influencing the core programme). Companies that believe they hold the pre-requisite depth and breadth of knowledge and experience to effectively contribute, on a regular basis, to any or all of the FNDP roles, as defined above, are invited to apply for membership as a Core Company. Membership will be offered to a limited number of companies, who can effectively demonstrate they hold a proven capability to conduct: a. verifiable holistic submarine whole platform or major system and/or mission system design solutions and/or b. Submarine Technical Support and/or c. Submarine Technology Management Studies In selecting companies, consideration will be given to ensuring the full breadth of necessary skills and experience is held collectively between the companies, including the Tier 1 suppliers. The ability and willingness of prospective companies to operate proactively and constructively in collaboration will also be a key consideration, ideally backed up by a proven history of working in similar environments or on similar activities currently or in the past. The process for selecting Core Companies, with the exception of Submarine Enterprise Tier 1's (BAE Submarines, Babcock and Rolls-Royce - who are deemed to be pre-qualified), will be as follows: 1. Raise Expressions of Interest and respond to the Dynamic Pre-Qualification Questionnaire (DPQQ), in response to this Defence Contract Notice. 2. Planned Industry Briefing, although this is not a mandatory part of the process. o Industry Day Information - Date: Wednesday 14th June 2023 - Time: 09:00hrs - 12:00hrs - Venue: Function Suite 4 MOD Abbeywood Filton Bristol, BS34 8JH Please note places are limited to 1 attendee per company due to capacity restraints. Consequently, Requests were to be received no later than Monday 5th June 2023 at 23:59. Copies of any materials, presentations and subsequent arising Questions and Answers will be distributed after the Industry Day Event to all Suppliers who attended. 3. DPQQ responses will be assessed. 4. Companies will be informed of the outcome of the DPQQ assessment and those that are unsuccessful will be offered a debrief. 5. Invitations to Negotiate (ITN) will be issued to all down-selected companies and the Submarine Enterprise Tier 1s.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-84369234-5d45-4039-a476-bb1b98818f1d
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/d1d110fd-5f42-4618-bba4-81824f23bc06
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Other - Competitive Procedure with Negotiation
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

35512000 - Submarines

Notice Value(s)

Tender Value
£1
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Jun 20232 years ago
Submission Deadline
17 Jul 2023Expired
Future Notice Date
15 May 2023Expired
Award Date
Not specified
Contract Period
30 Jun 2024 - 30 Jun 2029 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
ROSYTH
Postcode
KY11 2BY
Post Town
Kirkcaldy
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM01 Clackmannanshire and Fife
Delivery Location
Not specified

Local Authority
Fife
Electoral Ward
Rosyth
Westminster Constituency
Dunfermline and Dollar

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-b5fd17-84369234-5d45-4039-a476-bb1b98818f1d-2023-06-08T14:51:38+01:00",
    "date": "2023-06-08T14:51:38+01:00",
    "ocid": "ocds-b5fd17-84369234-5d45-4039-a476-bb1b98818f1d",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/03d559b6-7749-4c46-8af0-4f3f1f9dafed",
                "datePublished": "2023-03-29T13:41:03+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_337071/1213098",
        "title": "Future Naval Design Partnering (FNDP) CF Opportunity",
        "description": "The Submarine Future Naval Design Partnering (FNDP) Framework is being established based on the continued need for selective industry support to early stage design, technology management and through-life technical support in the submarine domain. Following the successful demonstration of the Enduring NDP that is due to conclude in September 2024, the Authority has identified a requirement for a Future Naval Design Partnering construct. The Future NDP construct will be broadly similar to the Enduring NDP and aims to continue access to the niche skills and expertise held by industry across the full gamut of submarine design, development, build, sustainment and disposal, often in the form of highly collaborative multiparty MOD and industry rainbow teams. This will be achieved by inviting selected companies to sign up to individual framework agreements, as Core Companies, with an umbrella multiparty agreement to enable collaborative working (through the establishment of Intellectual Property Rights and partnering principles). With the exception of the Submarine Enterprise Tier 1's, who will automatically be invited to join, a competition will be run for the selection of Core Companies as members of the Future Naval Design Partnering. Work undertaken through the individual framework agreements will be task based. The nature of this type of framework agreement means that the full scope and required deliverables of tasks will be developed as the need for each task arises. Every task will fall into one of the following three roles: Role 1 - Supporting the SDA in undertaking pre-concept and concept submarine design studies and capability investigations. Such work includes: the development of design and technology strategy options for future capability delivery and dealing with emerging technical issues in current platforms. Role 2 - Supporting the SDA in undertaking through-life technology management studies. Such work includes assisting the SDA in developing, implementing and managing the technology roadmap; dealing with emerging technical issues in current platforms; technical support to Technology Demonstration Programmes (TDPs); and a programme of work and the funding necessary to sustain critical niche technology capability in the Submarine Enterprise. Role 3 - Providing through-life technical support to the SDA in its Intelligent Customer (i.e. Design Approving Authority) role. So that SDA can make appropriate choices and decisions on material presented by its Tier 1 contractors (Technical Authorities) across new acquisition (e.g., SSNR, Dreadnought and in-build Astute Class submarines), support (e.g., in-service Astute and Vanguard Class submarines) and disposal. Additional information: By default, all tasks will be competed between the member Core Companies, although in some instances may be directed as deemed appropriate by the Authority. Core Companies will also be expected to contribute to the effective operation and management of the FNDP by nominating an appropriate senior representative to attend and contribute to regular board meetings and workshops. As well as providing insight into major MOD submarine programmes, attendance at the board will provide an opportunity for companies to drive in innovation and change (e.g., by influencing the core programme). Companies that believe they hold the pre-requisite depth and breadth of knowledge and experience to effectively contribute, on a regular basis, to any or all of the FNDP roles, as defined above, are invited to apply for membership as a Core Company. Membership will be offered to a limited number of companies, who can effectively demonstrate they hold a proven capability to conduct: a. verifiable holistic submarine whole platform or major system and/or mission system design solutions and/or b. Submarine Technical Support and/or c. Submarine Technology Management Studies In selecting companies, consideration will be given to ensuring the full breadth of necessary skills and experience is held collectively between the companies, including the Tier 1 suppliers. The ability and willingness of prospective companies to operate proactively and constructively in collaboration will also be a key consideration, ideally backed up by a proven history of working in similar environments or on similar activities currently or in the past. The process for selecting Core Companies, with the exception of Submarine Enterprise Tier 1's (BAE Submarines, Babcock and Rolls-Royce - who are deemed to be pre-qualified), will be as follows: 1. Raise Expressions of Interest and respond to the Dynamic Pre-Qualification Questionnaire (DPQQ), in response to this Defence Contract Notice. 2. Planned Industry Briefing, although this is not a mandatory part of the process. o Industry Day Information - Date: Wednesday 14th June 2023 - Time: 09:00hrs - 12:00hrs - Venue: Function Suite 4 MOD Abbeywood Filton Bristol, BS34 8JH Please note places are limited to 1 attendee per company due to capacity restraints. Consequently, Requests were to be received no later than Monday 5th June 2023 at 23:59. Copies of any materials, presentations and subsequent arising Questions and Answers will be distributed after the Industry Day Event to all Suppliers who attended. 3. DPQQ responses will be assessed. 4. Companies will be informed of the outcome of the DPQQ assessment and those that are unsuccessful will be offered a debrief. 5. Invitations to Negotiate (ITN) will be issued to all down-selected companies and the Submarine Enterprise Tier 1s.",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35512000",
            "description": "Submarines"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "BS34 8JH"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "BS34 8JH"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1,
            "currency": "GBP"
        },
        "value": {
            "amount": 1,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Other - Competitive Procedure with Negotiation",
        "communication": {
            "futureNoticeDate": "2023-05-15T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2024-07-01T00:00:00+01:00",
            "endDate": "2029-06-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "datePublished": "2023-06-08T14:51:37+01:00",
        "tenderPeriod": {
            "endDate": "2023-07-17T12:00:00+01:00"
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/d1d110fd-5f42-4618-bba4-81824f23bc06",
                "datePublished": "2023-06-08T14:51:37+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "Link to DPQQ",
                "url": "https://www.contracts.mod.uk/go/4169437301889B2BEBC0"
            },
            {
                "id": "3",
                "description": "Link to MOD Opportunity Listing",
                "url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=55845"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-240443",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "MOD 1st Floor East, Building 359, Keith Road, Rosyth Business Park",
                "locality": "Rosyth",
                "postalCode": "KY11 2BY",
                "countryName": "Scotland"
            },
            "contactPoint": {
                "email": "dessmis-susm-rosyth-cmrcl-ndp@mod.gov.uk"
            },
            "details": {
                "url": "http://www.contracts.mod.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-248200",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "1st Floor East, Building 359, Keith Road, Rosyth Business Park",
                "locality": "Rosyth",
                "postalCode": "KY11 2BY",
                "countryName": "Scotland"
            },
            "contactPoint": {
                "email": "dessmis-susm-rosyth-cmrcl-ndp@mod.gov.uk"
            },
            "details": {
                "url": "http://www.contracts.mod.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-248200",
        "name": "Ministry of Defence"
    }
}