Notice Information
Notice Title
ESND - Provision of Electronic Counter Measures (ECM)
Notice Description
The purpose of this PIN is for the Foreign, Commonwealth and Development Office (FCDO) to gauge the current market to identify suitable UK manufacturers of next generation Electronic Counter Measures (ECM) equipment for future procurement activity. 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. The FCDO plans to tender the requirement for up to 100 systems in September 2021. FCDO will not hold a supplier day prior to the ITT release date and the ITT will be restricted to those bidders identified as having the technical capability and ECM systems that meet the baseline requirements listed above. Additional information: Please indicate your interest in participating in this procurement process by registering on the FCDO portal at https://fcdo.bravosolution.co.uk/web/login.html 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-d0b1f0cf-3fb2-4407-9b82-ba3b5219f233
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/6a4e8abb-80ca-42a6-8597-2b80e01fdc52
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planned Procurement Notice
- Procurement Type
- Standard
- Procurement Category
- Not specified
- Procurement Method
- Not Specified
- Procurement Method Details
- 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
- £1
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Jul 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 1 Sep 2021Expired
- Award Date
- Not specified
- Contract Period
- 1 Nov 2021 - 31 Oct 2026 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
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
-
https://www.contractsfinder.service.gov.uk/Notice/6a4e8abb-80ca-42a6-8597-2b80e01fdc52
23rd July 2021 - Future opportunity notice on Contracts Finder
Notice URLs
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-d0b1f0cf-3fb2-4407-9b82-ba3b5219f233-2021-07-23T14:40:15+01:00",
"date": "2021-07-23T14:40:15+01:00",
"ocid": "ocds-b5fd17-d0b1f0cf-3fb2-4407-9b82-ba3b5219f233",
"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/6a4e8abb-80ca-42a6-8597-2b80e01fdc52",
"datePublished": "2021-07-23T14:40:15+01:00",
"format": "text/html",
"language": "en"
}
]
},
"tender": {
"id": "tender_265130/982052",
"title": "ESND - Provision of Electronic Counter Measures (ECM)",
"description": "The purpose of this PIN is for the Foreign, Commonwealth and Development Office (FCDO) to gauge the current market to identify suitable UK manufacturers of next generation Electronic Counter Measures (ECM) equipment for future procurement activity. 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. The FCDO plans to tender the requirement for up to 100 systems in September 2021. FCDO will not hold a supplier day prior to the ITT release date and the ITT will be restricted to those bidders identified as having the technical capability and ECM systems that meet the baseline requirements listed above. Additional information: Please indicate your interest in participating in this procurement process by registering on the FCDO portal at https://fcdo.bravosolution.co.uk/web/login.html 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.",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "35730000",
"description": "Electronic warfare systems and counter measures"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "SW1A 2AH"
},
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 1,
"currency": "GBP"
},
"communication": {
"futureNoticeDate": "2021-09-01T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2021-11-01T00:00:00Z",
"endDate": "2026-10-31T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
}
},
"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"
}
}