Notice Information
Notice Title
Hypersonic Technologies & Capability Development Framework - Re-Opening 1
Notice Description
This Opportunity Listing is a chance to join the extant HTCDF Framework: As part of the Team Hypersonics (UK) delivery strategy, the UK Ministry of Defence (MoD) Defence Equipment & Support (DE&S) has established the Hypersonic Technologies & Capability Development Framework Agreement (the Framework). The aim of the Framework is to accelerate development of the United Kingdom Hypersonic Strike Capability and to provide a route to market for future operational elements of hypersonic and adjacent technologies. The Framework will be used to facilitate collaboration between MoD, industry and academia to accelerate the acquisition of an advanced Hypersonic Strike Capability. This is the first framework re-opening. The nature of the procurement will involve the provision of services and supplies across 8 (eight) distinct lots. Descriptions of each of the lots are further identified within this notice and the draft Invitation to Tender (ITT) documents, accessible through the Defence Sourcing Portal (DSP). The Framework will be used to appoint suppliers to deliver services and supplies to support the research, development and testing of hypersonic technologies with varying Technical Readiness Levels (TRLs). The maturity of the services and supplies provided under the resulting Call Off contracts will be up to TRL 9. Services and supplies to be procured through the Framework are likely to include, but will not be limited to research, systems, components, technology, the provision of infrastructure, testing and other related expertise and materials across two categories, 'functional components' and 'non-functional components'. Functional components could include liquid propellants, solid propellants, propulsion systems, airframes, flight control computer systems, guidance systems and sensors, communications and data links systems, system and parts integration, physical flight control systems, warheads, power supply and distribution, battery, actuators (fin & thrust control), high temperature materials and seekers. Non-functional components could include test and evaluation, platform integration, academic research, system design authority, modelling and simulation, specialists, integrated solution, thermal management, infrastructure, mission planning, assurance. The Framework will have a value up to PS1bn and will run for up to a 7 (seven) year period which concludes on 31/03/2031. The Framework term will comprise two break points at years 3 (three) and 5 (five) of the Framework, at which point the Authority can decide whether to maintain or terminate the Framework. The Framework is set to allow for discretionary indexation of maximum Framework rates at years 3 (three) and 5 (five), at the Authority's sole discretion. The Framework will permit the periodic onboarding of new suppliers approximately every 6 to 12 months (from Framework commencement), at the Authority's sole discretion, and new opportunities to join will be advertised using the Defence Sourcing Portal. Those wishing to join the Framework during the onboarding window will be required to submit a pre-qualification questionnaire (PQQ) and ITT response and will be evaluated on the same basis as the existing suppliers on the Framework. If successful, new suppliers that are onboarded will be awarded a contract for the remaining duration of the 7 (seven) year period. During the onboarding window, existing Framework suppliers on the Framework will not be required to re-tender following their initial appointment, but will be subject to due diligence checks to ensure their ongoing suitability to the framework. During the onboarding window existing Framework suppliers will be able to apply join a new lot and will need to submit a new ITT response for any additional lots which will be evaluated against the same standards as new entrants. Existing Framework suppliers will also be required to confirm whether there have been any changes to their original PQQ response. Onboarding new suppliers throughout the term of the Framework will ensure that it remains relevant in a fast changing political, technological and regulatory landscape. The underlying Framework Terms and Conditions will not be altered as part of the onboarding process described above. Acceptance onto the Framework will be subject to successfully meeting all of the pre-defined criteria and minimum standards stated within the Pre-Qualification Questionnaire (PQQ) and ITT. Both processes (PQQ and ITT) will be undertaken through the DSP. There will be no minimum or maximum number of suppliers per lot. Applicants will need to participate in a "Restricted" procurement process to be awarded a place on the Framework, this will consist of: 1. Applicants will need to submit a response to the PQQ, which is accessible through the DSP, within the time period stated in the tender documents and the cover letter. 2. The Authority will evaluate PQQ responses and determine which Applicants meet the stated evaluation criteria/mandatory minimum requirements stated in the PQQ. 3. Those suppliers who are successful in meeting the mandatory minimum requirements will be invited to the ITT stage, which will be released through the DSP. 4. Applicants will submit a bid response in accordance with the ITT instructions. 5. Any clarifications required will be raised by Bidders and answered by the Authority. 6. The Authority will evaluate responses received in accordance with the instructions stated in the ITT. 7. Bidders who are successful in meeting the stated evaluation criteria in the ITT will be awarded a place on the Framework (subject to approvals and contract signature). Task orders under the Framework will be awarded as Call-Off contracts, either through a Mini-Competition (the default route) between all suppliers on a chosen lot(s), or in certain circumstances, through a Direct Award process. The Authority will reserve the right, at its sole discretion, to Direct Award Framework Tasks to a chosen supplier. Grounds under which the Authority may pursue a Direct Award may include, but are not limited to national security, exclusive rights, urgency, absence of competition, or other grounds that the Authority deems necessitate the Direct Award of a contract. In certain cases, due to the nature of the required supplies and services, Bidders may need to evidence that they meet specified security, nationality and confidentiality requirements and standards. The required suitability/eligibility criteria for a Mini-Competition/Call-Off will be identified, and assessed, either through a sifting process (prior to the release of the Mini-Competition documents), or within the Mini-Competition documents. The Authority shall have sole discretion in determining whether to use a sifting process prior to each Mini-Competition. As per Regulation 6(3A)(b) of Defence and Security Public Contract Regulations 2011 ("DSPCR 2011"), this procurement, and any resulting Call Off contracts, are exempt from the requirements of the DSPCR 2011 and the specified retained EU Law (as defined by Regulation 6(7) of the DSPCR 2011) to protect the UK's national security interests. By submitting a response to the PQQ you acknowledge that none of the obligations, rights and remedies deriving from the DSPCR and/or from the specified retained EU law apply to this Procurement.
Lot Information
Design and Integration
Services and supplies relating to: Platform integration, Systems integration and design authority, Thermal management, Infrastructure. A detailed lot description is provided in the ITT documents 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.
Modelling, Simulation, Testing and EvaluationServices and supplies relating to: Modelling & simulation, Mission Planning, Test & Evaluation, Assurance. A detailed lot description is provided in the ITT documents. 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.
Airframe and Power GenerationServices and supplies relating to: Airframe, Physical flight control system, High Temp Materials, Power Supply & Distribution. A detailed lot description is provided in the ITT documents. 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.
Low TRL / SpecialistsServices and supplies relating to: Academic Research, Specialists. A detailed lot description is provided in the ITT documents. 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.
Lethal PackageServices and supplies relating to: Warhead, Fuse. A detailed lot description is provided in the ITT documents. 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.
PropulsionServices and supplies relating to: Liquid Propellant, Solid Propellant, Propulsion System. A detailed lot description is provided in the ITT documents. 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.
Onboard ComputingServices and supplies relating to: Flight control computer systems, Guidance systems & sensors, Comms & data links systems. A detailed lot description is provided in the ITT documents. 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.
SeekersServices and supplies relating to: Seekers. A detailed lot description is provided in the ITT documents. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04abda
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/033018-2024
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender 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
35 - Security, fire-fighting, police and defence equipment
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
75 - Administration, defence and social security services
-
- CPV Codes
35600000 - Military aircrafts, missiles and spacecrafts
35620000 - Missiles
35622100 - Air-to-air missiles
35623000 - Cruise missiles
35623100 - Air/ground/sea launched cruise missiles
72227000 - Software integration consultancy services
72228000 - Hardware integration consultancy services
73210000 - Research consultancy services
73300000 - Design and execution of research and development
73410000 - Military research and technology
73420000 - Pre-feasibility study and technological demonstration
73425000 - Development of military aircrafts, missiles and spacecrafts
73430000 - Test and evaluation
73435000 - Test and evaluation of military aircrafts, missiles and spacecrafts
75220000 - Defence services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Oct 20241 years ago
- Submission Deadline
- 8 Nov 2024Expired
- 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
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
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
- BRISTOL
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
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-h6vhtk-04abda-2024-10-14T15:19:01+01:00",
"date": "2024-10-14T15:19:01+01:00",
"ocid": "ocds-h6vhtk-04abda",
"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": "ocds-h6vhtk-04abda",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Hypersonic Technologies & Capability Development Framework - Re-Opening 1",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "75220000",
"description": "Defence services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35600000",
"description": "Military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "35620000",
"description": "Missiles"
},
{
"scheme": "CPV",
"id": "35622100",
"description": "Air-to-air missiles"
},
{
"scheme": "CPV",
"id": "35623000",
"description": "Cruise missiles"
},
{
"scheme": "CPV",
"id": "35623100",
"description": "Air/ground/sea launched cruise missiles"
},
{
"scheme": "CPV",
"id": "72227000",
"description": "Software integration consultancy services"
},
{
"scheme": "CPV",
"id": "72228000",
"description": "Hardware integration consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73410000",
"description": "Military research and technology"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "73425000",
"description": "Development of military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "73430000",
"description": "Test and evaluation"
},
{
"scheme": "CPV",
"id": "73435000",
"description": "Test and evaluation of military aircrafts, missiles and spacecrafts"
},
{
"scheme": "TED_SERVICE_CATEGORY_DEFENCE",
"id": "3",
"description": "Defence services, military defence services and civil defence services"
}
],
"mainProcurementCategory": "services",
"description": "This Opportunity Listing is a chance to join the extant HTCDF Framework: As part of the Team Hypersonics (UK) delivery strategy, the UK Ministry of Defence (MoD) Defence Equipment & Support (DE&S) has established the Hypersonic Technologies & Capability Development Framework Agreement (the Framework). The aim of the Framework is to accelerate development of the United Kingdom Hypersonic Strike Capability and to provide a route to market for future operational elements of hypersonic and adjacent technologies. The Framework will be used to facilitate collaboration between MoD, industry and academia to accelerate the acquisition of an advanced Hypersonic Strike Capability. This is the first framework re-opening. The nature of the procurement will involve the provision of services and supplies across 8 (eight) distinct lots. Descriptions of each of the lots are further identified within this notice and the draft Invitation to Tender (ITT) documents, accessible through the Defence Sourcing Portal (DSP). The Framework will be used to appoint suppliers to deliver services and supplies to support the research, development and testing of hypersonic technologies with varying Technical Readiness Levels (TRLs). The maturity of the services and supplies provided under the resulting Call Off contracts will be up to TRL 9. Services and supplies to be procured through the Framework are likely to include, but will not be limited to research, systems, components, technology, the provision of infrastructure, testing and other related expertise and materials across two categories, 'functional components' and 'non-functional components'. Functional components could include liquid propellants, solid propellants, propulsion systems, airframes, flight control computer systems, guidance systems and sensors, communications and data links systems, system and parts integration, physical flight control systems, warheads, power supply and distribution, battery, actuators (fin & thrust control), high temperature materials and seekers. Non-functional components could include test and evaluation, platform integration, academic research, system design authority, modelling and simulation, specialists, integrated solution, thermal management, infrastructure, mission planning, assurance. The Framework will have a value up to PS1bn and will run for up to a 7 (seven) year period which concludes on 31/03/2031. The Framework term will comprise two break points at years 3 (three) and 5 (five) of the Framework, at which point the Authority can decide whether to maintain or terminate the Framework. The Framework is set to allow for discretionary indexation of maximum Framework rates at years 3 (three) and 5 (five), at the Authority's sole discretion. The Framework will permit the periodic onboarding of new suppliers approximately every 6 to 12 months (from Framework commencement), at the Authority's sole discretion, and new opportunities to join will be advertised using the Defence Sourcing Portal. Those wishing to join the Framework during the onboarding window will be required to submit a pre-qualification questionnaire (PQQ) and ITT response and will be evaluated on the same basis as the existing suppliers on the Framework. If successful, new suppliers that are onboarded will be awarded a contract for the remaining duration of the 7 (seven) year period. During the onboarding window, existing Framework suppliers on the Framework will not be required to re-tender following their initial appointment, but will be subject to due diligence checks to ensure their ongoing suitability to the framework. During the onboarding window existing Framework suppliers will be able to apply join a new lot and will need to submit a new ITT response for any additional lots which will be evaluated against the same standards as new entrants. Existing Framework suppliers will also be required to confirm whether there have been any changes to their original PQQ response. Onboarding new suppliers throughout the term of the Framework will ensure that it remains relevant in a fast changing political, technological and regulatory landscape. The underlying Framework Terms and Conditions will not be altered as part of the onboarding process described above. Acceptance onto the Framework will be subject to successfully meeting all of the pre-defined criteria and minimum standards stated within the Pre-Qualification Questionnaire (PQQ) and ITT. Both processes (PQQ and ITT) will be undertaken through the DSP. There will be no minimum or maximum number of suppliers per lot. Applicants will need to participate in a \"Restricted\" procurement process to be awarded a place on the Framework, this will consist of: 1. Applicants will need to submit a response to the PQQ, which is accessible through the DSP, within the time period stated in the tender documents and the cover letter. 2. The Authority will evaluate PQQ responses and determine which Applicants meet the stated evaluation criteria/mandatory minimum requirements stated in the PQQ. 3. Those suppliers who are successful in meeting the mandatory minimum requirements will be invited to the ITT stage, which will be released through the DSP. 4. Applicants will submit a bid response in accordance with the ITT instructions. 5. Any clarifications required will be raised by Bidders and answered by the Authority. 6. The Authority will evaluate responses received in accordance with the instructions stated in the ITT. 7. Bidders who are successful in meeting the stated evaluation criteria in the ITT will be awarded a place on the Framework (subject to approvals and contract signature). Task orders under the Framework will be awarded as Call-Off contracts, either through a Mini-Competition (the default route) between all suppliers on a chosen lot(s), or in certain circumstances, through a Direct Award process. The Authority will reserve the right, at its sole discretion, to Direct Award Framework Tasks to a chosen supplier. Grounds under which the Authority may pursue a Direct Award may include, but are not limited to national security, exclusive rights, urgency, absence of competition, or other grounds that the Authority deems necessitate the Direct Award of a contract. In certain cases, due to the nature of the required supplies and services, Bidders may need to evidence that they meet specified security, nationality and confidentiality requirements and standards. The required suitability/eligibility criteria for a Mini-Competition/Call-Off will be identified, and assessed, either through a sifting process (prior to the release of the Mini-Competition documents), or within the Mini-Competition documents. The Authority shall have sole discretion in determining whether to use a sifting process prior to each Mini-Competition. As per Regulation 6(3A)(b) of Defence and Security Public Contract Regulations 2011 (\"DSPCR 2011\"), this procurement, and any resulting Call Off contracts, are exempt from the requirements of the DSPCR 2011 and the specified retained EU Law (as defined by Regulation 6(7) of the DSPCR 2011) to protect the UK's national security interests. By submitting a response to the PQQ you acknowledge that none of the obligations, rights and remedies deriving from the DSPCR and/or from the specified retained EU law apply to this Procurement.",
"lots": [
{
"id": "1",
"title": "Design and Integration",
"description": "Services and supplies relating to: Platform integration, Systems integration and design authority, Thermal management, Infrastructure. A detailed lot description is provided in the ITT documents 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.",
"contractPeriod": {
"durationInDays": 2520
}
},
{
"id": "2",
"title": "Modelling, Simulation, Testing and Evaluation",
"description": "Services and supplies relating to: Modelling & simulation, Mission Planning, Test & Evaluation, Assurance. A detailed lot description is provided in the ITT documents. 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.",
"contractPeriod": {
"durationInDays": 2520
}
},
{
"id": "3",
"title": "Airframe and Power Generation",
"description": "Services and supplies relating to: Airframe, Physical flight control system, High Temp Materials, Power Supply & Distribution. A detailed lot description is provided in the ITT documents. 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.",
"contractPeriod": {
"durationInDays": 2520
}
},
{
"id": "4",
"title": "Low TRL / Specialists",
"description": "Services and supplies relating to: Academic Research, Specialists. A detailed lot description is provided in the ITT documents. 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.",
"contractPeriod": {
"durationInDays": 2520
}
},
{
"id": "5",
"title": "Lethal Package",
"description": "Services and supplies relating to: Warhead, Fuse. A detailed lot description is provided in the ITT documents. 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.",
"contractPeriod": {
"durationInDays": 2520
}
},
{
"id": "6",
"title": "Propulsion",
"description": "Services and supplies relating to: Liquid Propellant, Solid Propellant, Propulsion System. A detailed lot description is provided in the ITT documents. 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.",
"contractPeriod": {
"durationInDays": 2520
}
},
{
"id": "7",
"title": "Onboard Computing",
"description": "Services and supplies relating to: Flight control computer systems, Guidance systems & sensors, Comms & data links systems. A detailed lot description is provided in the ITT documents. 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.",
"contractPeriod": {
"durationInDays": 2520
}
},
{
"id": "8",
"title": "Seekers",
"description": "Services and supplies relating to: Seekers. A detailed lot description is provided in the ITT documents. 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.",
"contractPeriod": {
"durationInDays": 2520
}
}
],
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UK"
}
]
},
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "75220000",
"description": "Defence services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35600000",
"description": "Military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "35620000",
"description": "Missiles"
},
{
"scheme": "CPV",
"id": "35622100",
"description": "Air-to-air missiles"
},
{
"scheme": "CPV",
"id": "35623000",
"description": "Cruise missiles"
},
{
"scheme": "CPV",
"id": "35623100",
"description": "Air/ground/sea launched cruise missiles"
},
{
"scheme": "CPV",
"id": "72227000",
"description": "Software integration consultancy services"
},
{
"scheme": "CPV",
"id": "72228000",
"description": "Hardware integration consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73410000",
"description": "Military research and technology"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "73425000",
"description": "Development of military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "73430000",
"description": "Test and evaluation"
},
{
"scheme": "CPV",
"id": "73435000",
"description": "Test and evaluation of military aircrafts, missiles and spacecrafts"
}
],
"relatedLot": "1"
},
{
"id": "2",
"classification": {
"scheme": "CPV",
"id": "75220000",
"description": "Defence services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35600000",
"description": "Military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "35620000",
"description": "Missiles"
},
{
"scheme": "CPV",
"id": "35622100",
"description": "Air-to-air missiles"
},
{
"scheme": "CPV",
"id": "35623000",
"description": "Cruise missiles"
},
{
"scheme": "CPV",
"id": "35623100",
"description": "Air/ground/sea launched cruise missiles"
},
{
"scheme": "CPV",
"id": "72227000",
"description": "Software integration consultancy services"
},
{
"scheme": "CPV",
"id": "72228000",
"description": "Hardware integration consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73410000",
"description": "Military research and technology"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "73425000",
"description": "Development of military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "73430000",
"description": "Test and evaluation"
},
{
"scheme": "CPV",
"id": "73435000",
"description": "Test and evaluation of military aircrafts, missiles and spacecrafts"
}
],
"relatedLot": "2"
},
{
"id": "3",
"classification": {
"scheme": "CPV",
"id": "75220000",
"description": "Defence services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35600000",
"description": "Military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "35620000",
"description": "Missiles"
},
{
"scheme": "CPV",
"id": "35622100",
"description": "Air-to-air missiles"
},
{
"scheme": "CPV",
"id": "35623000",
"description": "Cruise missiles"
},
{
"scheme": "CPV",
"id": "35623100",
"description": "Air/ground/sea launched cruise missiles"
},
{
"scheme": "CPV",
"id": "72227000",
"description": "Software integration consultancy services"
},
{
"scheme": "CPV",
"id": "72228000",
"description": "Hardware integration consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73410000",
"description": "Military research and technology"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "73425000",
"description": "Development of military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "73430000",
"description": "Test and evaluation"
},
{
"scheme": "CPV",
"id": "73435000",
"description": "Test and evaluation of military aircrafts, missiles and spacecrafts"
}
],
"relatedLot": "3"
},
{
"id": "4",
"classification": {
"scheme": "CPV",
"id": "75220000",
"description": "Defence services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35600000",
"description": "Military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "35620000",
"description": "Missiles"
},
{
"scheme": "CPV",
"id": "35622100",
"description": "Air-to-air missiles"
},
{
"scheme": "CPV",
"id": "35623000",
"description": "Cruise missiles"
},
{
"scheme": "CPV",
"id": "35623100",
"description": "Air/ground/sea launched cruise missiles"
},
{
"scheme": "CPV",
"id": "72227000",
"description": "Software integration consultancy services"
},
{
"scheme": "CPV",
"id": "72228000",
"description": "Hardware integration consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73410000",
"description": "Military research and technology"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "73425000",
"description": "Development of military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "73430000",
"description": "Test and evaluation"
},
{
"scheme": "CPV",
"id": "73435000",
"description": "Test and evaluation of military aircrafts, missiles and spacecrafts"
}
],
"relatedLot": "4"
},
{
"id": "5",
"classification": {
"scheme": "CPV",
"id": "75220000",
"description": "Defence services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35600000",
"description": "Military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "35620000",
"description": "Missiles"
},
{
"scheme": "CPV",
"id": "35622100",
"description": "Air-to-air missiles"
},
{
"scheme": "CPV",
"id": "35623000",
"description": "Cruise missiles"
},
{
"scheme": "CPV",
"id": "35623100",
"description": "Air/ground/sea launched cruise missiles"
},
{
"scheme": "CPV",
"id": "72227000",
"description": "Software integration consultancy services"
},
{
"scheme": "CPV",
"id": "72228000",
"description": "Hardware integration consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73410000",
"description": "Military research and technology"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "73425000",
"description": "Development of military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "73430000",
"description": "Test and evaluation"
},
{
"scheme": "CPV",
"id": "73435000",
"description": "Test and evaluation of military aircrafts, missiles and spacecrafts"
}
],
"relatedLot": "5"
},
{
"id": "6",
"classification": {
"scheme": "CPV",
"id": "75220000",
"description": "Defence services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35600000",
"description": "Military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "35620000",
"description": "Missiles"
},
{
"scheme": "CPV",
"id": "35622100",
"description": "Air-to-air missiles"
},
{
"scheme": "CPV",
"id": "35623000",
"description": "Cruise missiles"
},
{
"scheme": "CPV",
"id": "35623100",
"description": "Air/ground/sea launched cruise missiles"
},
{
"scheme": "CPV",
"id": "72227000",
"description": "Software integration consultancy services"
},
{
"scheme": "CPV",
"id": "72228000",
"description": "Hardware integration consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73410000",
"description": "Military research and technology"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "73425000",
"description": "Development of military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "73430000",
"description": "Test and evaluation"
},
{
"scheme": "CPV",
"id": "73435000",
"description": "Test and evaluation of military aircrafts, missiles and spacecrafts"
}
],
"relatedLot": "6"
},
{
"id": "7",
"classification": {
"scheme": "CPV",
"id": "75220000",
"description": "Defence services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35600000",
"description": "Military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "35620000",
"description": "Missiles"
},
{
"scheme": "CPV",
"id": "35622100",
"description": "Air-to-air missiles"
},
{
"scheme": "CPV",
"id": "35623000",
"description": "Cruise missiles"
},
{
"scheme": "CPV",
"id": "35623100",
"description": "Air/ground/sea launched cruise missiles"
},
{
"scheme": "CPV",
"id": "72227000",
"description": "Software integration consultancy services"
},
{
"scheme": "CPV",
"id": "72228000",
"description": "Hardware integration consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73410000",
"description": "Military research and technology"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "73425000",
"description": "Development of military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "73430000",
"description": "Test and evaluation"
},
{
"scheme": "CPV",
"id": "73435000",
"description": "Test and evaluation of military aircrafts, missiles and spacecrafts"
}
],
"relatedLot": "7"
},
{
"id": "8",
"classification": {
"scheme": "CPV",
"id": "75220000",
"description": "Defence services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35600000",
"description": "Military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "35620000",
"description": "Missiles"
},
{
"scheme": "CPV",
"id": "35622100",
"description": "Air-to-air missiles"
},
{
"scheme": "CPV",
"id": "35623000",
"description": "Cruise missiles"
},
{
"scheme": "CPV",
"id": "35623100",
"description": "Air/ground/sea launched cruise missiles"
},
{
"scheme": "CPV",
"id": "72227000",
"description": "Software integration consultancy services"
},
{
"scheme": "CPV",
"id": "72228000",
"description": "Hardware integration consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "73410000",
"description": "Military research and technology"
},
{
"scheme": "CPV",
"id": "73420000",
"description": "Pre-feasibility study and technological demonstration"
},
{
"scheme": "CPV",
"id": "73425000",
"description": "Development of military aircrafts, missiles and spacecrafts"
},
{
"scheme": "CPV",
"id": "73430000",
"description": "Test and evaluation"
},
{
"scheme": "CPV",
"id": "73435000",
"description": "Test and evaluation of military aircrafts, missiles and spacecrafts"
}
],
"relatedLot": "8"
}
],
"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"
]
},
{
"minimum": "Full Pre-Qualification and award criteria is stated within the PQQ and ITT documents. To be awarded a place on the Framework, Applicants will need to successfully meet the requirements of the PQQ and ITT stage. At the PQQ stage, to be shortlisted and invited to the ITT stage, Applicants are required to meet the following rules: 1. \"Pass\" all Pass/Fail questions within the PQQ - Applicants who receive a \"Fail\" score for any of the Pass/Fail questions in the PQQ will be ineligible to participate in the ITT stage. 2. Not meet any of the other stated exclusion grounds or criteria in the PQQ (e.g. National Security grounds) - those Applicants that do, will be ineligible to participate in the ITT stage. PQQ questions which constitute mandatory minimum requirements have a \"Pass\"/\"Fail\" criterion assigned. Pass/Fail criteria and any other grounds for exclusion is identified in the PQQ itself within the Evaluation Guidance, notices and/or questions. Following successful completion of the PQQ (with no \"Fail\" scores assigned by the Authority) and compliance against the specified mandatory Pass/Fail criteria, Applicants will be invited to submit a tender (through the Invitation to Tender/ITT process) to apply for the Framework against the Lots the Applicant selected at the PQQ stage. At the ITT stage, to be awarded a place on the Framework Applicants will be required to submit a commercial and technical proposal and both components will be assessed on a Pass/Fail basis in accordance with the criteria stated within the ITT. Applicants will be required to \"Pass\" both components to be awarded a place on the Framework on the relevant Lot."
}
]
},
"contractTerms": {
"otherTerms": "Applicants must note that certain Mini-Competitions may require suppliers to demonstrate they have adequate information security provisions in place, this may include entering into further confidentiality provisions. These requirements may be a pre-requisite to participating in Mini-Competitions or any Call Off Contract."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"period": {
"durationInDays": 2555
},
"value": {
"amount": 1000000000,
"currency": "GBP"
}
}
},
"tenderPeriod": {
"endDate": "2024-11-08T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-127008",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "Ministry of Defence Team Hypersonics (UK), Abbey Wood, Bristol, BS34 8JH",
"locality": "Bristol",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Attn: Scott Taggart",
"email": "scott.taggart107@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://des.mod.uk/",
"buyerProfile": "https://des.mod.uk/",
"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-9253",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "MoD Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-127008",
"name": "Ministry of Defence"
},
"language": "en"
}