Tender

Connectivity of Disparate Remote Autonomous Systems Framework Re-opening No.2

MINISTRY OF DEFENCE

This public procurement record has 3 releases in its history.

Tender

10 Jul 2023 at 14:50

Tender

06 Jul 2022 at 12:02

Planning

02 Aug 2021 at 21:45

Summary of the contracting process

The Ministry of Defence is inviting suppliers to participate in the procurement exercise titled "Connectivity of Disparate Remote Autonomous Systems Framework Re-opening No.2" in the military research and technology category. The procurement stage is currently active, with a contract value of £60 million. The process involves a selective procurement method with a tender period ending on 9th August 2023. The location for delivery is in Bristol, UK. The procurement exercise involves multiple Lots related to autonomous systems, data management, machine tasking, system integration, network services, and advisory roles. Potential bidders are encouraged to register their interest and engage in the pre-qualification questionnaire process to compete for framework contracts.

This procurement offers opportunities for businesses, especially SMEs, with expertise in military research and technology. Companies interested in autonomous platforms, data management, machine tasking, system integration, and network services are well-suited to compete. The Ministry of Defence's requirement for common standards and architecture for remote autonomous systems presents a chance for innovative businesses to showcase their capabilities and potentially secure framework contracts. The procurement process emphasises collaboration among suppliers to deliver on the broad aims of the framework, providing ongoing opportunities for participants to engage in mini-competitions and contribute to the development of multi-domain integrated systems.

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

Connectivity of Disparate Remote Autonomous Systems Framework Re-opening No.2

Notice Description

Information about the Framework: Contract Number 701575556 'Connectivity of Disparate Remote Autonomous Systems' is already awarded to a number of Framework participants as a result of the original competition & Framework Re-opening No.1. The Authority is re-opening this multi-supplier Framework (the 'MDIS Project') for a 2nd time as previously notified in the first Contract Notice & the Framework Terms & Conditions, using the same procedure, criteria, terms & conditions as per the original competition. This is intended to be repeated on a twice-yearly basis & those companies already participating in the existing Framework (Reference 701575556) who entered at previous opportunities do not need to re-apply. For admin purposes this is done via a new DSP Project reference but any new entrants successfully passing the PQQ & being successful at the subsequent Invitation to Tender (ITT) will, in effect, be awarded a place under the existing Framework 701575556. This new Contract Notice is seeking new applicants only, & they must respond to the attached Pre-Qualification Questionnaire (PQQ), & if successful, they must then respond to an ITT when this is subsequently released. If successful at the ITT stage they will be awarded a Framework place. As with all Frameworks there is no guarantee of tasking opportunities or any level of throughput. Process: The Authority intends to shorten the timescales for this tendering process to be completed, therefore only the PQQ will run for the required minimum time period of 30 days. For those companies successfully passing the PQQ stage & then invited to tender, the ITT submission deadline will be shorter (est 22 days) as there are no requirements for pricing or fully developed bid responses; there will be a requirement for mandatory compliance elements & a Technical White Paper for each Lot you are bidding to enter (outline Lot descriptions below; these are given to enable advance preparation of Technical White Paper submissions in these areas). The Framework Terms & Conditions are based on Standardised Contract 2 & will therefore be familiar to many bidders (potential bidders should note that DEFCON 703 applies to all tasks under the Framework). The Authority cannot undertake to admit to the Framework any company that fails to complete or provide the mandatory elements of the tendering process at each stage of the competition. Every potential bidder should pay particular attention to Cyber security requirements and ensure they meet the mandatory compliance levels indicated. The Cyber Risk Profile of the Framework Contract is VERY LOW, RAR 421319428 as defined in Def Stan 05-138 (but this is reviewed for individual task requirements and may be higher). As with any multi-supplier Framework, maintenance of up to date Points of Contact (PoC) for each participating company is essential; you are required to provide your main commercial PoC and an alternative PoC to cover any absences. You are required to keep these PoCs up to date and inform the Authority as soon as any PoC changes. The onus is on Framework participants to maintain their contact details and the Authority is under no obligation to use any other means to make contact in addition to the contact details given which must include the full postal address of the participating company (the site at which any resultant contract would be performed), the name, phone number and email addresses of each PoC and forwarding email addresses in the case of absence.) Failure to maintain, update and notify the Authority of changes to PoCs may result in your inability to participate in mini-competitions and Industry events. The Defence Sourcing Portal has a facility for these updates and this should be used, but notification separately to the Authority's named Commercial Officer is also required. The Requirement: The Authority has a developing requirement for the creation or adoption of a set of common standards and/or architecture for interfaces, data transfer and data management that can be used both for upgrades to legacy systems and future procurement to enable swift and simple interoperation of systems. It is expected that the work will involve experimentation and demonstrations of multi-domain integrated systems which may include autonomous and swarming technologies. The aims are broad and inclusive, and the Authority is seeking engagement from all areas of the industrial marketplace with relevant contributions to make. This requirement is considered to be particularly suitable for SMEs. The contractual mechanism is a multi-supplier framework, with designated Lots for each technical specialism as well as Lots for more general supporting services, as described in this CN. Potential bidders are invited to register their interest in receiving an Invitation to Tender to join the framework by first completing the associated PQQ. The Authority intends to invite all eligible companies who pass the PQQ to tender for the Framework. Note that while there is no down-selection to any specific numbers of bidders at this stage, only companies who can demonstrate relevance to the subject matter of the Lots within the Framework through their previous or existing portfolio of work (of which examples are requested via the PQQ) will pass the PQQ and be considered eligible to receive an Invitation to Tender at the next stage of the competition. Potential bidders may bid to join a single Lot or multiple Lots. As with any framework, whilst there can be no guarantee of any particular quantity of work being put through it, the Authority intends to conduct further mini-competitions to select successful framework contractors or collaborative teams of framework contractors within individual Lots or across a number of Lots in any combination, and expects that the work will be conducted progressively giving ongoing opportunities to many of the framework participants. The Lots include, but may not be limited to, the following subject matter themes: Autonomous Platforms and Payload Integration Data Management and Fusion Machine Tasking and Decision Making System of System (SoS) Management, Integration and Implementation Comms Bearers, Network Architecture & Services Customer Advisory Network (may include but not be limited to sub-Lots e.g. assurance, operationalisation, third party security testing, testing and evaluation). Whilst the Framework has been operating since early 2022, and any new joiners at this stage may feel that much has already been achieved or is already in train at the point of 2nd re-opening, this is certainly true, however, although there is a current set of Tasks already underway that new joiners cannot compete for, it is anticipated that more related tasks will emerge as a result of the existing work, and the Authority, while unable to commit to any level or type of opportunity in the future, views the subsequent period of activity as particularly exciting and would welcome eligible new joiners to take part in the further development of the MDIS Project outcomes. Of course it will still be open to any new joiners to team with existing Framework members if successful in this ITT, and it is possible to enter into subcontract relationships with existing Framework members if that is considered beneficial to interested companies (the Authority cannot provide any assistance in this regard). The Authority expects that few single suppliers will be capable of taking on the breadth and scope of each piece of work and therefore collaboration will be required between suppliers in a competitive environment (collaborative team bids will be encouraged for mini-competitions). There is no prime contractor. A Community of Interest for all framework participants will be established through which Working Groups will be held, led by the Authority, to analyse and propose next steps or further specific areas of interest under the Lotted themes. All framework participants will be required to contribute to the Working Groups according to their specialism. Feedback from the WG will be given to the Community of Interest (subject to security considerations). Intellectual Property generated under the framework taskings and its Community of Interest will be owned by the Authority under DEFCON 703. NB: The Authority must ensure that where access is required to classified information in the course of any tasking or Working Group activity, then this access will only be granted to framework participants with suitable security clearance in place at the time a task is raised. Whilst a particular level of security clearance is not essential for initial entry to the framework following the Invitation to Tender process, the Authority reserves the right to refuse inclusion of any framework participant who does not possess the required clearance level at the time a mini-competition for a task is initiated or a classified Working Group is scheduled.

Lot Information

Autonomous Platforms and Payload Integration

Autonomous Platforms and Payload Integration. Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

Data Management and Fusion

Data Management and Fusion. Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

Machine Tasking and Decision Making

Machine Tasking and Decision Making. Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

System of System (SoS) Management, Integration and Implementation

System of System (SoS) Management, Integration and Implementation. Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

Comms Bearers, Network Architecture & Services

Comms Bearers, Network Architecture & Services. Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

Customer Advisory Network (may include but not be limited to sub-Lots e.g. assurance, operationalisation, third party security testing, testing and evaluation)

Customer Advisory Network (may include but not be limited to sub-Lots e.g. assurance, operationalisation, third party security testing, testing and evaluation) Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02cfbe
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019652-2023
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73410000 - Military research and technology

Notice Value(s)

Tender Value
£60,000,000 £10M-£100M
Lots Value
£6 Under £100K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Jul 20232 years ago
Submission Deadline
9 Aug 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
twice yearly

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
Attn: Day Alicia, DES FCG Commercial, attn: Day Alicia, Mrs Alicia Day, attn: Day Alicia
Contact Email
alicia.day705@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
N/A
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

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-h6vhtk-02cfbe-2023-07-10T15:50:11+01:00",
    "date": "2023-07-10T15:50:11+01:00",
    "ocid": "ocds-h6vhtk-02cfbe",
    "description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.",
    "initiationType": "tender",
    "tender": {
        "id": "707949451",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Connectivity of Disparate Remote Autonomous Systems Framework Re-opening No.2",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "73410000",
            "description": "Military research and technology"
        },
        "mainProcurementCategory": "services",
        "additionalClassifications": [
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "14",
                "description": "Research and development services and evaluation tests"
            }
        ],
        "description": "Information about the Framework: Contract Number 701575556 'Connectivity of Disparate Remote Autonomous Systems' is already awarded to a number of Framework participants as a result of the original competition & Framework Re-opening No.1. The Authority is re-opening this multi-supplier Framework (the 'MDIS Project') for a 2nd time as previously notified in the first Contract Notice & the Framework Terms & Conditions, using the same procedure, criteria, terms & conditions as per the original competition. This is intended to be repeated on a twice-yearly basis & those companies already participating in the existing Framework (Reference 701575556) who entered at previous opportunities do not need to re-apply. For admin purposes this is done via a new DSP Project reference but any new entrants successfully passing the PQQ & being successful at the subsequent Invitation to Tender (ITT) will, in effect, be awarded a place under the existing Framework 701575556. This new Contract Notice is seeking new applicants only, & they must respond to the attached Pre-Qualification Questionnaire (PQQ), & if successful, they must then respond to an ITT when this is subsequently released. If successful at the ITT stage they will be awarded a Framework place. As with all Frameworks there is no guarantee of tasking opportunities or any level of throughput. Process: The Authority intends to shorten the timescales for this tendering process to be completed, therefore only the PQQ will run for the required minimum time period of 30 days. For those companies successfully passing the PQQ stage & then invited to tender, the ITT submission deadline will be shorter (est 22 days) as there are no requirements for pricing or fully developed bid responses; there will be a requirement for mandatory compliance elements & a Technical White Paper for each Lot you are bidding to enter (outline Lot descriptions below; these are given to enable advance preparation of Technical White Paper submissions in these areas). The Framework Terms & Conditions are based on Standardised Contract 2 & will therefore be familiar to many bidders (potential bidders should note that DEFCON 703 applies to all tasks under the Framework). The Authority cannot undertake to admit to the Framework any company that fails to complete or provide the mandatory elements of the tendering process at each stage of the competition. Every potential bidder should pay particular attention to Cyber security requirements and ensure they meet the mandatory compliance levels indicated. The Cyber Risk Profile of the Framework Contract is VERY LOW, RAR 421319428 as defined in Def Stan 05-138 (but this is reviewed for individual task requirements and may be higher). As with any multi-supplier Framework, maintenance of up to date Points of Contact (PoC) for each participating company is essential; you are required to provide your main commercial PoC and an alternative PoC to cover any absences. You are required to keep these PoCs up to date and inform the Authority as soon as any PoC changes. The onus is on Framework participants to maintain their contact details and the Authority is under no obligation to use any other means to make contact in addition to the contact details given which must include the full postal address of the participating company (the site at which any resultant contract would be performed), the name, phone number and email addresses of each PoC and forwarding email addresses in the case of absence.) Failure to maintain, update and notify the Authority of changes to PoCs may result in your inability to participate in mini-competitions and Industry events. The Defence Sourcing Portal has a facility for these updates and this should be used, but notification separately to the Authority's named Commercial Officer is also required. The Requirement: The Authority has a developing requirement for the creation or adoption of a set of common standards and/or architecture for interfaces, data transfer and data management that can be used both for upgrades to legacy systems and future procurement to enable swift and simple interoperation of systems. It is expected that the work will involve experimentation and demonstrations of multi-domain integrated systems which may include autonomous and swarming technologies. The aims are broad and inclusive, and the Authority is seeking engagement from all areas of the industrial marketplace with relevant contributions to make. This requirement is considered to be particularly suitable for SMEs. The contractual mechanism is a multi-supplier framework, with designated Lots for each technical specialism as well as Lots for more general supporting services, as described in this CN. Potential bidders are invited to register their interest in receiving an Invitation to Tender to join the framework by first completing the associated PQQ. The Authority intends to invite all eligible companies who pass the PQQ to tender for the Framework. Note that while there is no down-selection to any specific numbers of bidders at this stage, only companies who can demonstrate relevance to the subject matter of the Lots within the Framework through their previous or existing portfolio of work (of which examples are requested via the PQQ) will pass the PQQ and be considered eligible to receive an Invitation to Tender at the next stage of the competition. Potential bidders may bid to join a single Lot or multiple Lots. As with any framework, whilst there can be no guarantee of any particular quantity of work being put through it, the Authority intends to conduct further mini-competitions to select successful framework contractors or collaborative teams of framework contractors within individual Lots or across a number of Lots in any combination, and expects that the work will be conducted progressively giving ongoing opportunities to many of the framework participants. The Lots include, but may not be limited to, the following subject matter themes: Autonomous Platforms and Payload Integration Data Management and Fusion Machine Tasking and Decision Making System of System (SoS) Management, Integration and Implementation Comms Bearers, Network Architecture & Services Customer Advisory Network (may include but not be limited to sub-Lots e.g. assurance, operationalisation, third party security testing, testing and evaluation). Whilst the Framework has been operating since early 2022, and any new joiners at this stage may feel that much has already been achieved or is already in train at the point of 2nd re-opening, this is certainly true, however, although there is a current set of Tasks already underway that new joiners cannot compete for, it is anticipated that more related tasks will emerge as a result of the existing work, and the Authority, while unable to commit to any level or type of opportunity in the future, views the subsequent period of activity as particularly exciting and would welcome eligible new joiners to take part in the further development of the MDIS Project outcomes. Of course it will still be open to any new joiners to team with existing Framework members if successful in this ITT, and it is possible to enter into subcontract relationships with existing Framework members if that is considered beneficial to interested companies (the Authority cannot provide any assistance in this regard). The Authority expects that few single suppliers will be capable of taking on the breadth and scope of each piece of work and therefore collaboration will be required between suppliers in a competitive environment (collaborative team bids will be encouraged for mini-competitions). There is no prime contractor. A Community of Interest for all framework participants will be established through which Working Groups will be held, led by the Authority, to analyse and propose next steps or further specific areas of interest under the Lotted themes. All framework participants will be required to contribute to the Working Groups according to their specialism. Feedback from the WG will be given to the Community of Interest (subject to security considerations). Intellectual Property generated under the framework taskings and its Community of Interest will be owned by the Authority under DEFCON 703. NB: The Authority must ensure that where access is required to classified information in the course of any tasking or Working Group activity, then this access will only be granted to framework participants with suitable security clearance in place at the time a task is raised. Whilst a particular level of security clearance is not essential for initial entry to the framework following the Invitation to Tender process, the Authority reserves the right to refuse inclusion of any framework participant who does not possess the required clearance level at the time a mini-competition for a task is initiated or a classified Working Group is scheduled.",
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Bristol, UK"
                }
            },
            {
                "id": "1",
                "classification": {
                    "scheme": "CPV",
                    "id": "73410000",
                    "description": "Military research and technology"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "classification": {
                    "scheme": "CPV",
                    "id": "73410000",
                    "description": "Military research and technology"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "classification": {
                    "scheme": "CPV",
                    "id": "73410000",
                    "description": "Military research and technology"
                },
                "relatedLot": "3"
            },
            {
                "id": "4",
                "classification": {
                    "scheme": "CPV",
                    "id": "73410000",
                    "description": "Military research and technology"
                },
                "relatedLot": "4"
            },
            {
                "id": "5",
                "classification": {
                    "scheme": "CPV",
                    "id": "73410000",
                    "description": "Military research and technology"
                },
                "relatedLot": "5"
            },
            {
                "id": "6",
                "classification": {
                    "scheme": "CPV",
                    "id": "73410000",
                    "description": "Military research and technology"
                },
                "relatedLot": "6"
            }
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "period": {
                    "durationInDays": 2555
                },
                "value": {
                    "amount": 60000000,
                    "currency": "GBP"
                }
            }
        },
        "legislativeReferences": [
            {
                "title": "Tax legislation",
                "url": "www.mod.gov.uk",
                "informationService": {
                    "id": "GB-FTS-24388",
                    "name": "Ministry of Defence"
                }
            }
        ],
        "hasOptions": true,
        "options": {
            "description": "Annual extension up to a maximum of 7 years.",
            "period": {
                "durationInDays": 90
            }
        },
        "hasRenewal": true,
        "contractPeriod": {
            "durationInDays": 1440
        },
        "lots": [
            {
                "id": "1",
                "title": "Autonomous Platforms and Payload Integration",
                "value": {
                    "amount": 1,
                    "currency": "GBP"
                },
                "description": "Autonomous Platforms and Payload Integration. Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement."
            },
            {
                "id": "2",
                "title": "Data Management and Fusion",
                "value": {
                    "amount": 1,
                    "currency": "GBP"
                },
                "description": "Data Management and Fusion. Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement."
            },
            {
                "id": "3",
                "title": "Machine Tasking and Decision Making",
                "value": {
                    "amount": 1,
                    "currency": "GBP"
                },
                "description": "Machine Tasking and Decision Making. Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement."
            },
            {
                "id": "4",
                "title": "System of System (SoS) Management, Integration and Implementation",
                "description": "System of System (SoS) Management, Integration and Implementation. Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.",
                "value": {
                    "amount": 1,
                    "currency": "GBP"
                }
            },
            {
                "id": "5",
                "title": "Comms Bearers, Network Architecture & Services",
                "value": {
                    "amount": 1,
                    "currency": "GBP"
                },
                "description": "Comms Bearers, Network Architecture & Services. Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement."
            },
            {
                "id": "6",
                "title": "Customer Advisory Network (may include but not be limited to sub-Lots e.g. assurance, operationalisation, third party security testing, testing and evaluation)",
                "description": "Customer Advisory Network (may include but not be limited to sub-Lots e.g. assurance, operationalisation, third party security testing, testing and evaluation) Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.",
                "value": {
                    "amount": 1,
                    "currency": "GBP"
                }
            }
        ],
        "subcontracting": {
            "description": "The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed. The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract. The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in part 7 of the DSPCR 2011."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "languages": [
                "en"
            ]
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "suitability",
                    "description": "Suppliers Instructions How to Express Interest in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal - Click the \"Click here to register\" link - Accept the terms and conditions and click \"continue\" - Enter your correct business and user details - Note the username you chose and click \"Save\" when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the \"PQQs Open to All Suppliers\" link. (These are Pre-Qualification Questionnaires open to any registered supplier) - Click on the relevant PQQ to access the content. - Click the \"Express Interest\" button in the \"Actions\" box on the left-hand side of the page. - This will move the PQQ into your \"My PQQs\" page. (This is a secure area reserved for your projects only) - Click on the PQQ code, you can now access any attachments by clicking the \"Settings and Buyer Attachments\" in the \"Actions\" box 3. Responding to the tender - You can now choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) If you require any further assistance please consult the online help, or contact the eTendering help desk.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "economic",
                    "description": "As stated in the PQQ",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "As stated in the PQQ",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "As stated in the PQQ",
                    "appliesTo": [
                        "subcontractor"
                    ]
                }
            ],
            "description": "Examples of relevant previous or existing portfolio of work as requested in the PQQ"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted",
        "tenderPeriod": {
            "endDate": "2023-08-09T23:59:00+01:00"
        },
        "hasRecurrence": true,
        "value": {
            "currency": "GBP",
            "amount": 60000000
        },
        "minValue": {
            "amount": 1,
            "currency": "GBP"
        },
        "contractTerms": {
            "otherTerms": "Particular mini-competitions may be restricted to framework contractors with suitable security clearance."
        },
        "recurrence": {
            "description": "twice yearly"
        },
        "milestones": [
            {
                "id": "1",
                "type": "securityClearanceDeadline",
                "dueDate": "2024-07-31"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-11483",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "BS34 8JH",
                "locality": "Bristol",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Day Alicia",
                "email": "alicia.day705@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-24388",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Spruce 2b, NH1, Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "alicia.day705@mod.gov.uk"
            },
            "roles": [
                "informationService"
            ],
            "details": {
                "url": "http://www.mod.gov.uk"
            }
        },
        {
            "id": "GB-FTS-57780",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Spruce 2b, MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "DES FCG Commercial, attn: Day Alicia",
                "email": "Alicia.Day705@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-86933",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "DES FCG-Comrcl1, Spruce 2B, MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mrs Alicia Day, attn: Day Alicia",
                "email": "Alicia.Day705@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-5483",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-86933",
        "name": "Ministry of Defence"
    },
    "language": "en"
}