Tender

711583450 - Defence Digital Test and Management Service (TaMS) - Contract Notice

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

30 Jan 2025 at 15:52

Summary of the contracting process

Defence Digital, part of the UK Ministry of Defence, is initiating a procurement process titled "Defence Digital Test and Management Service (TaMS) - Contract Notice". This tender falls under the industry category "Draft plans (systems and integration)" and covers areas such as computer hardware and software testing consultancy services. The project, valued at £32,000,000, involves providing comprehensive ICT testing capabilities to support various equipment programmes. It includes managing, maintaining, and configuring testing services up to Top Secret classification. The tender is currently in the planning stage with a submission deadline of 13th March 2025. The contract period will run from 5th January 2026 to 31st March 2031, and is located in the South West region of the United Kingdom.

This tender presents significant opportunities for businesses specialising in ICT testing and integration, particularly those with capabilities in handling sensitive and classified information. Companies that are UK-based with at least 50% UK national directors and Facility Security Clearance (FSC) accredited will be eligible to bid. The tender process necessitates entering into a Non-Disclosure Agreement (NDA) and completing a Pre-Qualification Questionnaire (PQQ) via the Defence Sourcing Portal. This opportunity is well-suited for SMEs looking to expand their services in high-security, government contracting, especially those with experience in defence-related projects.

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

711583450 - Defence Digital Test and Management Service (TaMS) - Contract Notice

Notice Description

Defence Digital (the "Authority")part of the UK Ministry of Defence ("MOD"),is seeking to appoint a service provider to deliver Test and Management Services (TaMS) to provide Information and Communications Technologies (ICT) testing capabilities to support changes within equipment programmes. The Authority provides testing for deployed and base ICT,enabling System of Systems integration in support of operations,major capability development programmes,and innovation,research and experimentation activity. The TaMS will deliver the test delivery components necessary to deliver the outcomes required this includes: (i) The Testing service will manage,maintain and configure the testing capability on behalf of the Authority and deliver the test outcomes to the Authority's customer base which includes all Front Line Commands, Defence organisations and their suppliers. The TaMS will provide specialist advice and support to deliver testing throughout Customers project/programme lifecycles. The service provided will operate at different security classifications up to and including Top Secret. Utilising different technologies and systems using the suppliers service expertise and skills. The service provider will employ the provided connectivity,tooling and application. The service will require the provision of off-site testing,where equipment and expertise can be deployed to customers' locations for defined periods. (ii) The TaMS provider will be responsible to the Authority for delivering a service that will constantly seek to improve the quality of their resources,skills,systems and processes that the testing and management services provided to the customers are maintained and improved. Further details on the requirement can be found within the TaMS Supplier Prospectus held within the Defence Sourcing Portal. Security The Cyber Risk Profile for TaMS is HIGH. In order to be able to bid, a supplier must meet the requirements applicable to the handling of sensitive and classified information, including information classified to the level Top Secret,as the procurement has an exemption applied under Regulation 7(1)(a) of the DSPCR, in conjunction with Regulation 6(3A)(a) of the DSPCR. A contract will not be awarded in respect of this procurement for the provision of TaMS unless the successful supplier's contracting entity is: (a) registered and operating in the UK;and (b) an entity with at least 50% of its directors (or equivalent) who are both UK nationals and residents in the UK. The successful supplier would be required to be Facility Security Clearance (FSC) (previously known as List X) accredited by the anticipated date of award of the TaMS contract (and failure to achieve FSC accreditation may result in the supplier being ineligible for contract award). Further details on the security conditions can be found in section 2 of the PQQ and the Security Aspects Letter within DSP. Additional information: In order to participate in the PQQ and to effectively manage security interests during the procurement, the Authority will require interested suppliers to enter in to a Non-Disclosure Agreement (NDA) prior to receiving the PQQ, which will set out supplier's obligations of confidentiality in relation to certain confidential and/or sensitive information disclosed by the Authority in connection with this procurement. The process is detailed below: 1. Interested suppliers wishing to register interest in the PQQ should email UKStratComDD-CM-OSM-Mailbox@mod.gov.uk to receive an NDA to complete and return. Please ensure your email subject starts with 'TaMS PQQ Supplier Name'. 2. Upon receipt of an acceptable copy of a correctly completed NDA, access will be given to the PQQ held within the Defence Sourcing Portal (which is where the Supplier Prospectus and Conflict of Interest (COI) letter are also held). If an account is not already held, potential suppliers should register an account with the Defence Sourcing Portal ("DSP") as soon as possible at www.contracts.mod.uk 3. Suppliers who have signed an NDA and who wish to complete the PQQ should complete the PQQ in accordance with the instructions set out therein. Any clarification questions which a supplier may have in relation to the PQQ or any other aspect of this procurement will be managed in accordance with the process (including timescales, deadlines, selection process of PQQ Applicants to the nest phase of the procurement) detailed in the (PQQ). 4. At the date of this Contract Notice, the Authority intends to select up to a maximum of ten (10) applicants to participate in the next phase of the TaMS procurement. 5. All communication in relation to the TaMS procurement shall be made through the DSP Portal. Potential suppliers are to the note that the Authority has engaged external consultants to support the procurement. These external consultants are being managed by the Authority and have roles throughout the procurement process, both in drafting the procurement documentation, including selection criteria, and in evaluating applications. Appropriate Ethical Walls and Conflict of Interest regimes are in place. Participants in the procurement may be required to sign up to Ethical Wall requirements and provide a Conflict of Interest declaration.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-8d7b9d36-17d0-47f6-bb2f-252ecd4e9620
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/ec0deb3d-bbcf-4d9d-b88c-b61d465b58f1
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Other - This procurement is exempt from the application of the PCR 2015 and the DSPCR 2011 in order to protect UK secrecy and national security. The principles of the Defence and DSPCR using a Restricted procedure will be followed to ensure an open and fair com
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

73 - Research and development services and related consultancy services


CPV Codes

71243000 - Draft plans (systems and integration)

72140000 - Computer hardware acceptance testing consultancy services

72226000 - System software acceptance testing consultancy services

72250000 - System and support services

72254000 - Software testing

72254100 - Systems testing services

72261000 - Software support services

72267000 - Software maintenance and repair services

72267100 - Maintenance of information technology software

72820000 - Computer testing services

73436000 - Test and evaluation of military electronic systems

Notice Value(s)

Tender Value
£32,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Jan 20251 years ago
Submission Deadline
13 Mar 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
5 Jan 2026 - 31 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
Not specified
Contact Email
ukstratcomdd-cm-osm-mailbox@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
CORSHAM
Postcode
SN13 9NR
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK72 Wiltshire
Delivery Location
TLK South West (England)

Local Authority
Wiltshire
Electoral Ward
Corsham Ladbrook
Westminster Constituency
Chippenham

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-b5fd17-8d7b9d36-17d0-47f6-bb2f-252ecd4e9620-2025-01-30T15:52:03Z",
    "date": "2025-01-30T15:52:03Z",
    "ocid": "ocds-b5fd17-8d7b9d36-17d0-47f6-bb2f-252ecd4e9620",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_469739/1422369",
        "title": "711583450 - Defence Digital Test and Management Service (TaMS) - Contract Notice",
        "description": "Defence Digital (the \"Authority\")part of the UK Ministry of Defence (\"MOD\"),is seeking to appoint a service provider to deliver Test and Management Services (TaMS) to provide Information and Communications Technologies (ICT) testing capabilities to support changes within equipment programmes. The Authority provides testing for deployed and base ICT,enabling System of Systems integration in support of operations,major capability development programmes,and innovation,research and experimentation activity. The TaMS will deliver the test delivery components necessary to deliver the outcomes required this includes: (i) The Testing service will manage,maintain and configure the testing capability on behalf of the Authority and deliver the test outcomes to the Authority's customer base which includes all Front Line Commands, Defence organisations and their suppliers. The TaMS will provide specialist advice and support to deliver testing throughout Customers project/programme lifecycles. The service provided will operate at different security classifications up to and including Top Secret. Utilising different technologies and systems using the suppliers service expertise and skills. The service provider will employ the provided connectivity,tooling and application. The service will require the provision of off-site testing,where equipment and expertise can be deployed to customers' locations for defined periods. (ii) The TaMS provider will be responsible to the Authority for delivering a service that will constantly seek to improve the quality of their resources,skills,systems and processes that the testing and management services provided to the customers are maintained and improved. Further details on the requirement can be found within the TaMS Supplier Prospectus held within the Defence Sourcing Portal. Security The Cyber Risk Profile for TaMS is HIGH. In order to be able to bid, a supplier must meet the requirements applicable to the handling of sensitive and classified information, including information classified to the level Top Secret,as the procurement has an exemption applied under Regulation 7(1)(a) of the DSPCR, in conjunction with Regulation 6(3A)(a) of the DSPCR. A contract will not be awarded in respect of this procurement for the provision of TaMS unless the successful supplier's contracting entity is: (a) registered and operating in the UK;and (b) an entity with at least 50% of its directors (or equivalent) who are both UK nationals and residents in the UK. The successful supplier would be required to be Facility Security Clearance (FSC) (previously known as List X) accredited by the anticipated date of award of the TaMS contract (and failure to achieve FSC accreditation may result in the supplier being ineligible for contract award). Further details on the security conditions can be found in section 2 of the PQQ and the Security Aspects Letter within DSP. Additional information: In order to participate in the PQQ and to effectively manage security interests during the procurement, the Authority will require interested suppliers to enter in to a Non-Disclosure Agreement (NDA) prior to receiving the PQQ, which will set out supplier's obligations of confidentiality in relation to certain confidential and/or sensitive information disclosed by the Authority in connection with this procurement. The process is detailed below: 1. Interested suppliers wishing to register interest in the PQQ should email UKStratComDD-CM-OSM-Mailbox@mod.gov.uk to receive an NDA to complete and return. Please ensure your email subject starts with 'TaMS PQQ Supplier Name'. 2. Upon receipt of an acceptable copy of a correctly completed NDA, access will be given to the PQQ held within the Defence Sourcing Portal (which is where the Supplier Prospectus and Conflict of Interest (COI) letter are also held). If an account is not already held, potential suppliers should register an account with the Defence Sourcing Portal (\"DSP\") as soon as possible at www.contracts.mod.uk 3. Suppliers who have signed an NDA and who wish to complete the PQQ should complete the PQQ in accordance with the instructions set out therein. Any clarification questions which a supplier may have in relation to the PQQ or any other aspect of this procurement will be managed in accordance with the process (including timescales, deadlines, selection process of PQQ Applicants to the nest phase of the procurement) detailed in the (PQQ). 4. At the date of this Contract Notice, the Authority intends to select up to a maximum of ten (10) applicants to participate in the next phase of the TaMS procurement. 5. All communication in relation to the TaMS procurement shall be made through the DSP Portal. Potential suppliers are to the note that the Authority has engaged external consultants to support the procurement. These external consultants are being managed by the Authority and have roles throughout the procurement process, both in drafting the procurement documentation, including selection criteria, and in evaluating applications. Appropriate Ethical Walls and Conflict of Interest regimes are in place. Participants in the procurement may be required to sign up to Ethical Wall requirements and provide a Conflict of Interest declaration.",
        "datePublished": "2025-01-30T15:52:03Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71243000",
            "description": "Draft plans (systems and integration)"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "72140000",
                "description": "Computer hardware acceptance testing consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "72226000",
                "description": "System software acceptance testing consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "72250000",
                "description": "System and support services"
            },
            {
                "scheme": "CPV",
                "id": "72254000",
                "description": "Software testing"
            },
            {
                "scheme": "CPV",
                "id": "72254100",
                "description": "Systems testing services"
            },
            {
                "scheme": "CPV",
                "id": "72261000",
                "description": "Software support services"
            },
            {
                "scheme": "CPV",
                "id": "72267000",
                "description": "Software maintenance and repair services"
            },
            {
                "scheme": "CPV",
                "id": "72267100",
                "description": "Maintenance of information technology software"
            },
            {
                "scheme": "CPV",
                "id": "72820000",
                "description": "Computer testing services"
            },
            {
                "scheme": "CPV",
                "id": "73436000",
                "description": "Test and evaluation of military electronic systems"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 32000000,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Other - This procurement is exempt from the application of the PCR 2015 and the DSPCR 2011 in order to protect UK secrecy and national security. The principles of the Defence and DSPCR using a Restricted procedure will be followed to ensure an open and fair com",
        "tenderPeriod": {
            "endDate": "2025-03-13T10:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2026-01-05T00:00:00Z",
            "endDate": "2031-03-31T23:59:59+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/ec0deb3d-bbcf-4d9d-b88c-b61d465b58f1",
                "datePublished": "2025-01-30T15:52:03Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-308266",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Digital, MoD Corsham, Westwells Road,",
                "locality": "Corsham",
                "postalCode": "SN13 9NR",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "UKStratComDD-CM-OSM-Mailbox@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-308266",
        "name": "Ministry of Defence"
    }
}