Tender

Digital Decision Accelerators for Defence (DDAD) Open Framework

MINISTRY OF DEFENCE

This public procurement record has 11 releases in its history.

TenderUpdate

28 Aug 2025 at 09:39

TenderUpdate

22 Aug 2025 at 13:45

TenderUpdate

19 Aug 2025 at 10:53

Tender

19 Aug 2025 at 10:48

PlanningUpdate

25 Jul 2025 at 14:32

PlanningUpdate

18 Jul 2025 at 15:59

PlanningUpdate

10 Jul 2025 at 09:46

PlanningUpdate

16 Jun 2025 at 14:22

PlanningUpdate

04 Jun 2025 at 09:08

Planning

04 Jun 2025 at 08:55

Planning

23 May 2025 at 15:19

Summary of the contracting process

The Ministry of Defence (MOD) is currently in the tender stage of the procurement process for the "Digital Decision Accelerators for Defence (DDAD) Open Framework," focused on developing advanced digital decision-making capabilities using AI/ML technologies. The main delivery mechanism for the ASGARD programme, the framework is designed to rejuvenate land forces' operational decision-support systems. This public procurement initiative under the MOD's direction is valued at £180 million, set to span four years with potential extensions. Located in Corsham, the procurement is in the "tenderUpdate" stage, with an expression of interest deadline set for 8th September 2025, allowing prospective suppliers to engage via the Defence Sourcing Portal. The industry category for this initiative is primarily service-based, specialising in software programming and related data services.

This tender presents a significant opportunity for Small to Medium Enterprises (SMEs), especially those involved in software programming, data services, and consultancy, to engage with central government projects. SMEs positioned within these sectors will benefit from bidding on the framework's numerous lots, capable of fostering growth through innovative solutions in military tech support systems. This competitive, flexible procurement procedure, allowing bids across multiple lots, provides an open market route for businesses to contribute to pivotal defence technology advancements, aligning with the wider technological transformation agenda of the British Army.

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

Digital Decision Accelerators for Defence (DDAD) Open Framework

Notice Description

The Ministry of Defence (MOD) is launching a procurement for a new Defence and Security Open Framework specially designed to encourage the development, and accelerants of, advanced digital 'Decision' capabilities. An Open Framework is defined as a scheme of successive frameworks that allows for the periodic reopening of supplier lists under substantially the same terms. This contrasts with traditional 'closed' frameworks where after a single competition process suppliers are 'locked' in or out of a framework for its full duration. This Open Framework will operate as the main delivery mechanism for ASGARD; the British Army's flagship Transformative Capability Initiative (TCI). This project will deliver a central part of the Chief of General Staff's (CGS) Growth Through Transformation (GTT) strategy. This Open Framework will focus on the 'Decide' element of the target acquisition cycle (Sense-Decide-Effect); supporting ASGARD's goal of reinventing, and transforming, how land forces deliver operational decision-support and decision-making software via the use of modern Artificial Intelligence / Machine Learning (AI/ML) technologies. More information, including the final scope of this framework, is available in the Tender documents accesible via the Defense Sorucing Portal (DSP) Over four (4) core years (with options to extend), the estimated value of this framework is estimated to be PS180,000,000.00. This figure is purely indicative and is not a comittment to spend, and is subject to amendment prior to the publishing of the Tender Notice and associated Tender Documentation. The MOD has duly considered the use of lots in this framework and has provided the details of proposed lots below. These lots, and the procurement process, will be suitable for Small to Medium Enterprises (SMEs) to bid for. Suppliers will be able to bid against multiple lots and, if successful, be awarded onto multiple. Please be aware that the MOD will not be providing additional time for Suppliers bidding onto multiple lots during the tender process.

Lot Information

Data Integration

This lot focuses on advanced data integration capabilities beyond traditional Extract-Transform-Load or Extract-Load-Transform methods. Solutions should offer configurable connectors, orchestration tools, real-time ingestion, and metadata-driven management. Emphasis should be on reducing long-term integration costs and increasing operational transparency. Basic cloud storage and compute will be covered elsewhere; this lot covers higher-level functions like data validation, cataloguing, and lineage tracking. It will form the backbone for delivering trusted datasets supporting critical operations.

Renewal: 48 "Core Months" with 2 x 12 "Additional Months". Commonly refferred to as (48+12+12). For further clarity, the Framework may be opened at any point whilst the framework is open.

Accelerators

This lot provides accelerators to enhance data-driven decision-making. Solutions should support model development, machine learning operations, synthetic data usage, and real-time inference. The focus is on reducing time-to-insight and improving operational efficiency. Foundational compute services are covered in other lots. This lot targets intelligent capabilities such as automated workflows, pre-trained models, and integration with operational systems.

Renewal: 48 "Core Months" with 2 x 12 "Additional Months". Commonly refferred to as (48+12+12). For further clarity, the Framework may be opened at any point whilst the framework is open.

Applications

This lot supports rapid development and management of enterprise-grade applications. Solutions should enable microservices, continuous integration and continuous delivery/deployment, observability, and secure deployments. Focus areas include fast delivery, scalability, and continuous innovation. Core infrastructure will be handled in other lots; this lot addresses platforms and services enabling mission-critical software to operate efficiently and securely across the enterprise.

Renewal: 48 "Core Months" with 2 x 12 "Additional Months". Commonly refferred to as (48+12+12). For further clarity, the Framework may be opened at any point whilst the framework is open.

Edge Storage and Compute

This lot focuses on edge computing and local storage for real-time, low-latency data processing. Solutions should include containerized edge nodes, tiered storage, and resilient, secure connectivity. Emphasis is on supporting distributed environments with limited or intermittent connectivity. Centralized compute and storage will be addressed separately. This lot is essential for scalable, autonomous operations at the edge.

Renewal: 48 "Core Months" with 2 x 12 "Additional Months". Commonly refferred to as (48+12+12). For further clarity, the Framework may be opened at any point whilst the framework is open.

Services

This lot includes expert services to support technology adoption and integration across all other lots. Offerings may include technical training, architecture consulting, synthetic data support, and proof-of-concept development. The goal is to reduce implementation risk and ensure technology choices are effective and well-informed. This lot is the enabler for maximizing ROI and building capability in a complex technology landscape.

Renewal: 48 "Core Months" with 2 x 12 "Additional Months". Commonly refferred to as (48+12+12). For further clarity, the Framework may be opened at any point whilst the framework is open.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05245d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/051820-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72200000 - Software programming and consultancy services

72300000 - Data services

Notice Value(s)

Tender Value
£180,000,000 £100M-£1B
Lots Value
£180,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Aug 20255 months ago
Submission Deadline
18 Aug 2025Expired
Future Notice Date
1 Aug 2025Expired
Award Date
Not specified
Contract Period
13 Nov 2025 - 13 Nov 2029 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
ASGARD Commercial Lead
Contact Email
luke.morgan143@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
CORSHAM
Postcode
SN13 9NR
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK72 Wiltshire
Delivery Location
Not specified

Local Authority
Wiltshire
Electoral Ward
Corsham Ladbrook
Westminster Constituency
Chippenham

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05245d-2025-08-28T10:39:56+01:00",
    "date": "2025-08-28T10:39:56+01:00",
    "ocid": "ocds-h6vhtk-05245d",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "026913-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/026913-2025",
                "datePublished": "2025-05-23T16:19:01+01:00",
                "format": "text/html"
            },
            {
                "id": "029722-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029722-2025",
                "datePublished": "2025-06-04T09:55:31+01:00",
                "format": "text/html"
            },
            {
                "id": "029731-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029731-2025",
                "datePublished": "2025-06-04T10:08:15+01:00",
                "format": "text/html"
            },
            {
                "id": "032664-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/032664-2025",
                "datePublished": "2025-06-16T15:22:20+01:00",
                "format": "text/html"
            },
            {
                "id": "038844-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/038844-2025",
                "datePublished": "2025-07-10T10:46:47+01:00",
                "format": "text/html"
            },
            {
                "id": "041440-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/041440-2025",
                "datePublished": "2025-07-18T16:59:33+01:00",
                "format": "text/html"
            },
            {
                "id": "043236-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/043236-2025",
                "datePublished": "2025-07-25T15:32:10+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "MOD Corsham, Building 405, B2, Westwells Road,",
                "locality": "Corsham",
                "postalCode": "SN13 9NR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK15"
            },
            "contactPoint": {
                "name": "ASGARD Commercial Lead",
                "email": "Luke.morgan143@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVX-4316-ZVGZ",
        "name": "Ministry of Defence"
    },
    "tender": {
        "id": "DDAI/010",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Digital Decision Accelerators for Defence (DDAD) Open Framework",
        "description": "The Ministry of Defence (MOD) is launching a procurement for a new Defence and Security Open Framework specially designed to encourage the development, and accelerants of, advanced digital 'Decision' capabilities. An Open Framework is defined as a scheme of successive frameworks that allows for the periodic reopening of supplier lists under substantially the same terms. This contrasts with traditional 'closed' frameworks where after a single competition process suppliers are 'locked' in or out of a framework for its full duration. This Open Framework will operate as the main delivery mechanism for ASGARD; the British Army's flagship Transformative Capability Initiative (TCI). This project will deliver a central part of the Chief of General Staff's (CGS) Growth Through Transformation (GTT) strategy. This Open Framework will focus on the 'Decide' element of the target acquisition cycle (Sense-Decide-Effect); supporting ASGARD's goal of reinventing, and transforming, how land forces deliver operational decision-support and decision-making software via the use of modern Artificial Intelligence / Machine Learning (AI/ML) technologies. More information, including the final scope of this framework, is available in the Tender documents accesible via the Defense Sorucing Portal (DSP) Over four (4) core years (with options to extend), the estimated value of this framework is estimated to be PS180,000,000.00. This figure is purely indicative and is not a comittment to spend, and is subject to amendment prior to the publishing of the Tender Notice and associated Tender Documentation. The MOD has duly considered the use of lots in this framework and has provided the details of proposed lots below. These lots, and the procurement process, will be suitable for Small to Medium Enterprises (SMEs) to bid for. Suppliers will be able to bid against multiple lots and, if successful, be awarded onto multiple. Please be aware that the MOD will not be providing additional time for Suppliers bidding onto multiple lots during the tender process.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72300000",
                        "description": "Data services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5"
            }
        ],
        "mainProcurementCategory": "services",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-13T00:00:00+00:00",
                    "endDate": "2029-11-13T23:59:59+00:00",
                    "maxExtentDate": "2031-11-13T23:59:59+00:00"
                },
                "status": "active",
                "title": "Data Integration",
                "description": "This lot focuses on advanced data integration capabilities beyond traditional Extract-Transform-Load or Extract-Load-Transform methods. Solutions should offer configurable connectors, orchestration tools, real-time ingestion, and metadata-driven management. Emphasis should be on reducing long-term integration costs and increasing operational transparency. Basic cloud storage and compute will be covered elsewhere; this lot covers higher-level functions like data validation, cataloguing, and lineage tracking. It will form the backbone for delivering trusted datasets supporting critical operations.",
                "value": {
                    "amountGross": 216000000,
                    "amount": 180000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical and Professional Ability",
                            "description": "This section of the Stage 1 COP will test: (1) Relevant Experience and Contract Examples, (2) Supply Chain, (3) Product Authenticity and Maturity 1, (4) Product Authenticity and Maturity 2, (5) Open and Modular Architecture. Question 1 is weighted at 20%, all other questions are weighted at 10%",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Additional Questions",
                            "description": "This section of the Stage 1 COP will test: (1) Collaborative by Nature, (2) Scalable by Design, (3) Land Industrial Strategy (LIS), (4) Commitment to Research and Development (R&D). All questions at this stage are weighted at 10%.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 7
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "Cyber Essentials Plus, ISO9001: 2105 (Quality Management System). Both qualifications are required prior to Contract Award."
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "48 \"Core Months\" with 2 x 12 \"Additional Months\". Commonly refferred to as (48+12+12). For further clarity, the Framework may be opened at any point whilst the framework is open."
                }
            },
            {
                "id": "2",
                "title": "Accelerators",
                "description": "This lot provides accelerators to enhance data-driven decision-making. Solutions should support model development, machine learning operations, synthetic data usage, and real-time inference. The focus is on reducing time-to-insight and improving operational efficiency. Foundational compute services are covered in other lots. This lot targets intelligent capabilities such as automated workflows, pre-trained models, and integration with operational systems.",
                "status": "active",
                "value": {
                    "amountGross": 216000000,
                    "amount": 180000000,
                    "currency": "GBP"
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-13T00:00:00+00:00",
                    "endDate": "2029-11-13T23:59:59+00:00",
                    "maxExtentDate": "2031-11-13T23:59:59+00:00"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical and Professional Ability",
                            "description": "This section of the Stage 1 COP will test: (1) Relevant Experience and Contract Examples, (2) Supply Chain, (3) Product Authenticity and Maturity 1, (4) Product Authenticity and Maturity 2, (5) Open and Modular Architecture. Question 1 is weighted at 20%, all other questions are weighted at 10%",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Additional Questions",
                            "description": "This section of the Stage 1 COP will test: (1) Collaborative by Nature, (2) Scalable by Design, (3) Land Industrial Strategy (LIS), (4) Commitment to Research and Development (R&D). All questions at this stage are weighted at 10%.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 14
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "Cyber Essentials Plus, ISO9001: 2105 (Quality Management System). Both qualifications are required prior to Contract Award."
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "48 \"Core Months\" with 2 x 12 \"Additional Months\". Commonly refferred to as (48+12+12). For further clarity, the Framework may be opened at any point whilst the framework is open."
                }
            },
            {
                "id": "3",
                "title": "Applications",
                "description": "This lot supports rapid development and management of enterprise-grade applications. Solutions should enable microservices, continuous integration and continuous delivery/deployment, observability, and secure deployments. Focus areas include fast delivery, scalability, and continuous innovation. Core infrastructure will be handled in other lots; this lot addresses platforms and services enabling mission-critical software to operate efficiently and securely across the enterprise.",
                "status": "active",
                "value": {
                    "amountGross": 216000000,
                    "amount": 180000000,
                    "currency": "GBP"
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-13T00:00:00+00:00",
                    "endDate": "2029-11-13T23:59:59+00:00",
                    "maxExtentDate": "2031-11-13T23:59:59+00:00"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical and Professional Ability",
                            "description": "This section of the Stage 1 COP will test: (1) Relevant Experience and Contract Examples, (2) Supply Chain, (3) Product Authenticity and Maturity 1, (4) Product Authenticity and Maturity 2, (5) Open and Modular Architecture. Question 1 is weighted at 20%, all other questions are weighted at 10%",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Additional Questions",
                            "description": "This section of the Stage 1 COP will test: (1) Collaborative by Nature, (2) Scalable by Design, (3) Land Industrial Strategy (LIS), (4) Commitment to Research and Development (R&D). All questions at this stage are weighted at 10%.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 7
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "Cyber Essentials Plus, ISO9001: 2105 (Quality Management System). Both qualifications are required prior to Contract Award."
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "48 \"Core Months\" with 2 x 12 \"Additional Months\". Commonly refferred to as (48+12+12). For further clarity, the Framework may be opened at any point whilst the framework is open."
                }
            },
            {
                "id": "4",
                "title": "Edge Storage and Compute",
                "description": "This lot focuses on edge computing and local storage for real-time, low-latency data processing. Solutions should include containerized edge nodes, tiered storage, and resilient, secure connectivity. Emphasis is on supporting distributed environments with limited or intermittent connectivity. Centralized compute and storage will be addressed separately. This lot is essential for scalable, autonomous operations at the edge.",
                "status": "active",
                "value": {
                    "amountGross": 216000000,
                    "amount": 180000000,
                    "currency": "GBP"
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-13T00:00:00+00:00",
                    "endDate": "2029-11-13T23:59:59+00:00",
                    "maxExtentDate": "2031-11-13T23:59:59+00:00"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical and Professional Ability",
                            "description": "This section of the Stage 1 COP will test: (1) Relevant Experience and Contract Examples, (2) Supply Chain, (3) Product Authenticity and Maturity 1, (4) Product Authenticity and Maturity 2, (5) Open and Modular Architecture. Question 1 is weighted at 20%, all other questions are weighted at 10%",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Additional Questions",
                            "description": "This section of the Stage 1 COP will test: (1) Collaborative by Nature, (2) Scalable by Design, (3) Land Industrial Strategy (LIS), (4) Commitment to Research and Development (R&D). All questions at this stage are weighted at 10%.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 7
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "Cyber Essentials Plus, ISO9001: 2105 (Quality Management System). Both qualifications are required prior to Contract Award."
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "48 \"Core Months\" with 2 x 12 \"Additional Months\". Commonly refferred to as (48+12+12). For further clarity, the Framework may be opened at any point whilst the framework is open."
                }
            },
            {
                "id": "5",
                "title": "Services",
                "description": "This lot includes expert services to support technology adoption and integration across all other lots. Offerings may include technical training, architecture consulting, synthetic data support, and proof-of-concept development. The goal is to reduce implementation risk and ensure technology choices are effective and well-informed. This lot is the enabler for maximizing ROI and building capability in a complex technology landscape.",
                "status": "active",
                "value": {
                    "amountGross": 216000000,
                    "amount": 180000000,
                    "currency": "GBP"
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-13T00:00:00+00:00",
                    "endDate": "2029-11-13T23:59:59+00:00",
                    "maxExtentDate": "2031-11-13T23:59:59+00:00"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical and Professional Ability",
                            "description": "This section of the Stage 1 COP will test: (1) Relevant Experience and Contract Examples, (2) Supply Chain, (3) Product Authenticity and Maturity 1, (4) Product Authenticity and Maturity 2, (5) Open and Modular Architecture. Question 1 is weighted at 20%, all other questions are weighted at 10%",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Additional Questions",
                            "description": "This section of the Stage 1 COP will test: (1) Collaborative by Nature, (2) Scalable by Design, (3) Land Industrial Strategy (LIS), (4) Commitment to Research and Development (R&D). All questions at this stage are weighted at 10%.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 7
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "technical",
                            "description": "Cyber Essentials Plus, ISO9001: 2105 (Quality Management System). Both qualifications are required prior to Contract Award."
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "48 \"Core Months\" with 2 x 12 \"Additional Months\". Commonly refferred to as (48+12+12). For further clarity, the Framework may be opened at any point whilst the framework is open."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-08-01T23:59:59+01:00"
        },
        "status": "active",
        "value": {
            "amountGross": 216000000,
            "amount": 180000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "Qualifying planned procurement notice",
            "features": "The Digital Decisions Accelerators for Defence (DDAD), Open Framework will be a multi-supplier agreement that falls under the scope of the Procurement Act 2023 (PA23). The MOD plans to run a streamlined two-stage competitive flexible procedure prior to awarding a fixed number of Supplier's against each Lot on the framework. The Commercial Process for the DDAD Framework will have the following components: * Stage 1 - Condition of Participation (COP): Prospective Candidates wishing to participate in this opportunity must submit a complete and compliant response to this opportunity on the Defence Sourcing Portal (DSP) before the deadline. The deadline for Candidates to submit their response is the 3 September 2025, at 17:00 BST. This pre-qualification stage is focused on determining which Suppliers are technically capable and best suited to delivering the required services, and therefore, offer the most value to the MOD. This stage will be broken down into the following scored sections (non scored questions have not been detailed here): Technical and Professional Ability (60% Weighting). 1. Relevant Experience and Contract Examples. 2. Supply Chain. 3. Product Authenticity and Maturity 1. 4. Product Authenticity and Maturity 2. 5. Open and Modular Architecture. Additional Questions (40% Weighting). 6. Collaborative by Nature. 7. Scalable by Design. 8. Land Industrial Strategy (LIS). 9. Commitment to Research and Development (R&D). Question 1 shall be weighted at 20%, whilst all other questions shall be weighted at 10% each. The MOD anticipates it will take through seven (7) Candidates per lot through to the next Stage, accept for the Accelerants lot where it intends to take through fourteen (14). For defintive clarity, the MOD will be using Stage 1 to down-select Candidates, and as such will only take approximately 42 Candidates through to the Stage 2. In reality this number may be slightly higher (in the event of tied scores) or lower (in the event of a singular Candidate being taken through for multiple lots. Further information is available within the guidance documents. * Stage 2 - Invitation To Tender (ITT): Candidates successful at Stage 1 will be invited to the next Stage in the procurement process. Stage 2 will be a more detailed, focussed, assessment of Suppliers' capabilities in response to a list of questions set by the MOD. Stage 2 will include: - 3 x Technical Questions (Scored) - 1 x Social Value (Scored) - 1 x 30 minute Presentation (Scored) - Financial Assessment (Scored) Please note Stage 2 questions will be 'lot-specific' and, therfore, require different responses from Candidates wishing to bid against multiple lots. Candidates should be aware that no extra time is provided for those who wish to bid against multiple lots, albeit they are free to do so. * Stage 3 - Framework Award: Candidates with the Most Advantageous Tenders (MAT) at Stage 2 will be invited to sign the DDAD Framework Agreement and subsequently be awarded a place on the Framework. Candidates are required to sign the DDAD Framework Agreement before being awarded a place onto the Framework. All Candidates from Stage 2 will receive an assessment summary letter that explains their award or rejection based on their response to the ITT. * Stage 4 - Framework Call-Off: Successful Candidates from Stage 3 will be appointed a place on a lot within the Framework in readiness for the MOD to utilise (\"Call-Off\") via the running of a streamlined competitive process. It is up to the MOD, and with consideration to its unique requirements, in how they structure their competitive Call-Off process, however as a minimum this competition will feature a Financial and Social Value component. After a successful competition (as decided by the MOD), the MOD shall award work to the highest scoring Supplier(s)."
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "type": "open",
                "method": "withReopeningCompetition",
                "buyerCategories": "Other Defence and closely related agencies.",
                "description": "This Framework is intended to operate as a route to market that offers innovation and scalability to the Authority. This framework will support succesful Suppliers in obtaining relevant security clearences and other required processes to allow them to interface with the Authority's processes. This has the effect of mitigating assumptions and estimates in responses. Mechanically, the framework utilisation (\"Call-Off\") will be via the running of a streamlined competitive process. This may involve the Authority issuing a Problem Statement, Scenario, or Issue Identifier, and asking for responses from Suppliers in the lot. Responses will be scored (including a quality / price consideration) and work awarded to the highest scoring Supplier(s). The DDAD framework is designed to cover various differing requirements across its multiple lots. Therefore, an overarching pricing and incentive model will not be placed over all lots. Rather, the pricing and incentive mechanisms will be developed over time and agreed at the point of the Authority entering into a contract with a Supplier(s). This approach allows the tailoring of pricing and incentives to the exact nature of the goods, services or other works being sourced. If the Authority decides to change this under a future re-opening of the framework, it shall duly contact Suppliers as a part of the process.",
                "openFrameworkSchemeEndDate": "2031-11-13T23:59:59+00:00"
            }
        },
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-08-18T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-11-13T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "All documents will be posted publicly on the Defence Sourcing Portal (DSP). New documents are to be kept minimal, however by example the Clarification Question (CQ) Log will be posted on the DSP."
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "049778-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/049778-2025",
                "datePublished": "2025-08-19T11:48:25+01:00",
                "format": "text/html"
            },
            {
                "id": "049782-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/049782-2025",
                "datePublished": "2025-08-19T11:53:53+01:00",
                "format": "text/html"
            },
            {
                "id": "050927-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/050927-2025",
                "datePublished": "2025-08-22T14:45:24+01:00",
                "format": "text/html"
            },
            {
                "id": "051820-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/051820-2025",
                "datePublished": "2025-08-28T10:39:56+01:00",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "029731-2025",
                "description": "Clarification on maximum number of suppliers across the framework lots. The Authority remains comitted to ensuring that this notice is regularly udated. Please note this is not a call for competition."
            },
            {
                "id": "032664-2025",
                "description": "Change 1 (old): (1) Clarification on maximum number of suppliers across the framework lots. (2) The Authority remains comitted to ensuring that this notice is regularly udated. (3) Please note this is not a call for competition. Change 2 (new): (1) Deadline for providing feedback has now passed. (2) You may register to attend the Bidders Conference via the following link: (Https://forms.office.com/e/0i7aVDDiwC) The Authority will provide an update on the Bidders Conference in the near future. If you have not yet registered and wish to attend, please register using the link above in Change 2, Item 2. If you have already completed a response please do not submit a new response."
            },
            {
                "id": "038844-2025",
                "description": "Notice four (4) THIS NOTICE, 10 July 2025 (1) Estimated Tender Notice release date has been updated to the 25 July 2025. This is an estimated date and may be subject to change. (2) Due to continued interest, Suppliers may still register to attend the Bidders Conference (Https://forms.office.com/e/0i7aVDDiwC). (3) The Authority it intending to host the online Bidders Conference on the 25 July 2025. Invitations and updates will be sent to those who have registered interest. Notice three (3): 16 June 2024, 15:22 (1) Deadline for providing feedback has now passed. (2) You may register to attend the Bidders Conference via the following link: (link moved above). Notice two (2): 4 June 2025, 10:08 (1) Clarification on maximum number of suppliers across the framework lots. (2) The Authority remains comitted to ensuring that this notice is regularly udated. (3) Please note this notice is not a call for competition. The formal call for competition shall come from the Tender Notice. Notice one (1): 4 June 2025, 9:55 (1) Notice Published."
            },
            {
                "id": "041440-2025",
                "description": "Notice five (5) THIS NOTICE, 18 July (1) Estimated Tender Notice release date has been updated to the 1 August 2025. This is an estimated date and may be subject to change. (2) The Authority has confirmed a date for the Market Engagement Conference: 1 August 2025, 10:00 to 12:00. Those who have registered do not need to register again. This will be a virtual event. Should you be interested to register: (Https://forms.office.com/e/0i7aVDDiwC) (3) The Authority will ensure that updates are communicated promptly and with as much notice as possible. Notice four (4): 10 July 2025, 10:46 (1) Estimated Tender Notice release date has been updated to the 25 July 2025. This is an estimated date and may be subject to change. (2) Due to continued interest, Suppliers may still register to attend the Bidders Conference (Https://forms.office.com/e/0i7aVDDiwC). (3) The Authority it intending to host the online Bidders Conference on the 25 July 2025. Invitations and updates will be sent to those who have registered interest. Notice three (3): 16 June 2024, 15:22 (1) Deadline for providing feedback has now passed. (2) You may register to attend the Bidders Conference via the following link: (link moved above). Notice two (2): 4 June 2025, 10:08 (1) Clarification on maximum number of suppliers across the framework lots. (2) The Authority remains comitted to ensuring that this notice is regularly udated. (3) Please note this notice is not a call for competition. The formal call for competition shall come from the Tender Notice. Notice one (1): 4 June 2025, 9:55 (1) Notice Published."
            },
            {
                "id": "043236-2025",
                "description": "Notice six (6), THIS NOTICE, 25 July (1) To acces the DDAD Market Engagement Conference please use the following link: https://www.techuk.org/what-we-deliver/events/market-engagement-conference-for-the-digital-decision-accelerators-for-defence-ddad-open-framework.html Notice five (5) 18 July, 16:59 (1) Estimated Tender Notice release date has been updated to the 1 August 2025. This is an estimated date and may be subject to change. (2) The Authority has confirmed a date for the Market Engagement Conference: 1 August 2025, 10:00 to 12:00. Those who have registered do not need to register again. This will be a virtual event. Should you be interested to register: (Link Removed.) (3) The Authority will ensure that updates are communicated promptly and with as much notice as possible. Notice four (4): 10 July 2025, 10:46 (1) Estimated Tender Notice release date has been updated to the 25 July 2025. This is an estimated date and may be subject to change. (2) Due to continued interest, Suppliers may still register to attend the Market Engagement Conference (Link Removed). (3) The Authority it intending to host the online Market Engagement Conference on the 25 July 2025. Invitations and updates will be sent to those who have registered interest. Notice three (3): 16 June 2024, 15:22 (1) Deadline for providing feedback has now passed. (2) You may register to attend the Market Engagement Conference via the following link: (link moved above). Notice two (2): 4 June 2025, 10:08 (1) Clarification on maximum number of suppliers across the framework lots. (2) The Authority remains comitted to ensuring that this notice is regularly udated. (3) Please note this notice is not a call for competition. The formal call for competition shall come from the Tender Notice. Notice one (1): 4 June 2025, 9:55 (1) Notice Published."
            },
            {
                "id": "049782-2025",
                "description": "(1) Notice Publishing and mild amendment to formatting. 19 August 2025."
            },
            {
                "id": "050927-2025",
                "description": "(2) Update to the Lot structure requiring Suppliers to select two (2) lots maximum. Timeline extension to allow for full consideration of updated change. 22 August 2025. (1) Notice Publishing and mild amendment to formatting. 19 August 2025."
            },
            {
                "id": "051820-2025",
                "description": "(3) Update to Clarification Period deadline. (2) Update to the Lot structure requiring Suppliers to select two (2) lots maximum. Timeline extension to allow for full consideration of updated change. 22 August 2025. (1) Notice Publishing and mild amendment to formatting. 19 August 2025."
            }
        ],
        "submissionMethodDetails": "The Defence Sourcing Portal (DSP) has been chosen as the designated e-Procurement tool for Defence. This opportunity will be hosted on the DSP and Candidates are required to submit their response on the DSP. The DSP Project can be found on the below link: https://contracts.mod.uk/esop/ogc-host/public/mod/web/login.html PLEASE NOTE: You must be signed into your DSP account, access the \"PQQ Open to all Suppliers\", and search for the \"DDAD\" opportunity (Project ref.: 62151880)",
        "participationFees": [
            {
                "id": "ocds-h6vhtk-05245d",
                "type": [
                    "win"
                ],
                "relativeValue": {
                    "proportion": 0.02,
                    "monetaryValue": "award"
                },
                "description": "The Authority is considering the use of franchise agreements with Allied Nations. Further information on this will be made clear at the ITT stage."
            }
        ],
        "expressionOfInterestDeadline": "2025-09-08T17:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-08-31T17:00:00+01:00"
        },
        "lotDetails": {
            "awardCriteriaDetails": "A Candidate may bid for a maximum of two (2) lots and be succesful against both. Places on the lots shall be awarded by highest scoring responses.",
            "maximumLotsBidPerSupplier": 2,
            "maximumLotsAwardedPerSupplier": 2
        },
        "contractTerms": {
            "financialTerms": "The DDAD framework is designed to cover various differing requirements across its multiple lots. Therefore, a singular pricing and incentive model will not be placed over all lots. Rather, the pricing and incentive mechanisms will be developed over time and agreed at the point of the Authority entering into a contract with a Supplier(s). This approach allows the tailoring of pricing and incentives to the exact nature of the goods, services or other works being sourced. If the Authority decides to change this under a future re-opening of the framework, it shall duly contact Suppliers as a part of the process."
        }
    },
    "language": "en"
}