Notice Information
Notice Title
ESND - Provision of Electronic Counter Measures (ECM)
Notice Description
The FCDO seeks to engage with UK ECM equipment manufacturers who have developed and are currently manufacturing next generation commercial off the shelf (COTS) ECM equipment in the UK. Engagement is requested from UK companies that hold UK List X status and who are currently manufacturing next generation ECM equipment at a technology readiness level (TRL) of 8 (TRL 8 - actual technology completed and qualified through test and demonstration). The FCDO utilises ECM in some operational environments in civilian armoured vehicles (CAV) and is seeking to engage with suppliers of ECM systems to replace the current capability with a next generation ECM system, which must meet the following criteria: 1. The ECM System must be UK manufactured. 2. The capability must be evergreen. It must be modular and upgradeable to facilitate capability uplift in the face of new or emerging threats. 3. The system must be able to operate within a frequency range of 20Mhz to 6Ghz and be extendible should the FCDO wish to add additional modules to increase the system capability beyond 6Ghz if required. 4. The ECM systems must be designed using open architecture protocols and standards. 5. The system must be reconfigurable and programmable within the area of operations to implement an appropriate threat response to defeat existing or new threat systems. 6. It is desirable for the system be able to detect and log threat frequency equipment activation events when the system is in operation (providing inhibition) and record these events by frequency and GPS location to assist in developing a location specific threat map. Information should be able to be viewed post mission with generic or supplier provided digital mapping software. 7. The supplier must have a pedigree in the supply of ECM systems to NATO countries and be able to evidence previous installations in CAVs and the integration of other vehicle systems such as radio communications and tracking equipment. 8. The supplier will be required to integrate and maintain the ECM system and FCDO CAV communications and tracking systems for a minimum of 5 years and have a pedigree in supporting their systems in a similar manner. 9. The supplier must be prepared to have their ECM system independently assessed for technical capability at no cost to the FCDO.
Lot Information
Lot 1
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.
Renewal: 2+1 years
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02e03f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/022736-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- 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
- £20,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Sep 20214 years ago
- Submission Deadline
- 12 Oct 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
- Contact Name
- Not specified
- Contact Email
- kathy.ponteen@fco.gov.uk
- Contact Phone
- Not specified
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
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
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-h6vhtk-02e03f-2021-09-13T22:45:03+01:00",
"date": "2021-09-13T22:45:03+01:00",
"ocid": "ocds-h6vhtk-02e03f",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02e03f",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ESND - Provision of Electronic Counter Measures (ECM)",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "35730000",
"description": "Electronic warfare systems and counter measures"
},
"mainProcurementCategory": "goods",
"description": "The FCDO seeks to engage with UK ECM equipment manufacturers who have developed and are currently manufacturing next generation commercial off the shelf (COTS) ECM equipment in the UK. Engagement is requested from UK companies that hold UK List X status and who are currently manufacturing next generation ECM equipment at a technology readiness level (TRL) of 8 (TRL 8 - actual technology completed and qualified through test and demonstration). The FCDO utilises ECM in some operational environments in civilian armoured vehicles (CAV) and is seeking to engage with suppliers of ECM systems to replace the current capability with a next generation ECM system, which must meet the following criteria: 1. The ECM System must be UK manufactured. 2. The capability must be evergreen. It must be modular and upgradeable to facilitate capability uplift in the face of new or emerging threats. 3. The system must be able to operate within a frequency range of 20Mhz to 6Ghz and be extendible should the FCDO wish to add additional modules to increase the system capability beyond 6Ghz if required. 4. The ECM systems must be designed using open architecture protocols and standards. 5. The system must be reconfigurable and programmable within the area of operations to implement an appropriate threat response to defeat existing or new threat systems. 6. It is desirable for the system be able to detect and log threat frequency equipment activation events when the system is in operation (providing inhibition) and record these events by frequency and GPS location to assist in developing a location specific threat map. Information should be able to be viewed post mission with generic or supplier provided digital mapping software. 7. The supplier must have a pedigree in the supply of ECM systems to NATO countries and be able to evidence previous installations in CAVs and the integration of other vehicle systems such as radio communications and tracking equipment. 8. The supplier will be required to integrate and maintain the ECM system and FCDO CAV communications and tracking systems for a minimum of 5 years and have a pedigree in supporting their systems in a similar manner. 9. The supplier must be prepared to have their ECM system independently assessed for technical capability at no cost to the FCDO.",
"value": {
"amount": 20000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "2+1 years"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35730000",
"description": "Electronic warfare systems and counter measures"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://fcdo.bravosolution.co.uk/web/login.html",
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-10-12T17:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-131",
"name": "Foreign Commonwealth and Development Office",
"identifier": {
"legalName": "Foreign Commonwealth and Development Office"
},
"address": {
"streetAddress": "King Charles Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1A 2AH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "kathy.ponteen@fco.gov.uk",
"url": "https://fcdo.bravosolution.co.uk/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.gov.uk/fcdo",
"buyerProfile": "https://fcdo.bravosolution.co.uk/web/login.html",
"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": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-17481",
"name": "Foreign, Commonwealth and Development Office",
"identifier": {
"legalName": "Foreign, Commonwealth and Development Office"
},
"address": {
"streetAddress": "King Charles Street",
"locality": "London",
"postalCode": "SW1A 2AH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-131",
"name": "Foreign Commonwealth and Development Office"
},
"language": "en"
}