Tender

RAF Raven Systems Integrator

MINISTRY OF DEFENCE

This public procurement record has 3 releases in its history.

Tender

11 Aug 2025 at 14:56

Planning

10 Jun 2025 at 12:24

Planning

10 Jun 2025 at 12:10

Summary of the contracting process

The Ministry of Defence is currently progressing the tender process for the 'RAF Raven Systems Integrator' contract, intended to support a secure, deployable communications platform pivotal for modern Air Power projection and Agile Combat Employment (ACE). This procurement, identified under ocid 'ocds-h6vhtk-05460b', is currently at the tender stage, having transitioned from planning. It focuses on military defence services, aligning with the industry category of defence security services. The project is located in the United Kingdom, and interested parties must register on the Defence Sourcing Portal. The procurement method is selective, utilising a Competitive Flexible Procedure, where the top six highest-scoring applicants from the Procurement Specific Questionnaire (PSQ) will be invited to tender. Key deadlines include an expression of interest due by the 11th of September, 2025, and the enquiry period closes on the 1st of September, 2025. The contract period spans from February 2026 to January 2028, with optional extensions potentially extending the contract up to January 2031.

This tender offers substantial opportunities for businesses specialised in defence communications, particularly those capable of integrating complex systems and managing day-to-day operations of Defence CIS. Companies meeting the selection criteria, which include financial, economic, and technical qualifications, especially those designated as small and medium enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs), would find this contract well-suited to their capabilities for growth. The contract, valued at £38.4 million gross, seeks to optimise Value for Money (VfM) through a rigorous evaluation framework, thereby encouraging bids that demonstrate technical proficiency alongside cost efficiency. Participating in such a high-profile procurement could enhance a business's profile and lead to further governmental contracting opportunities.

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

RAF Raven Systems Integrator

Notice Description

RAVEN is a secure, deployable communications platform that is critical for the projection of modern Air Power and is vital for the enablement of Agile Combat Employment (ACE). The Delivery Team is looking for an SI who has experience in providing support for the day-to-day operations of Defence CIS as well as Service Management.

Lot Information

Lot 1

Options: Optional extension years may be exercised by the Authority.

Renewal: Optional extensions of 1 year plus 1 year plus 1 year.

Planning Information

Interested Suppliers are required to email their interest to : rafdigital-ravensysint@mod.gov.uk

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05460b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/047738-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75221000 - Military defence services

Notice Value(s)

Tender Value
£32,000,000 £10M-£100M
Lots Value
£32,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 Aug 20256 months ago
Submission Deadline
1 Sep 2025Expired
Future Notice Date
14 Jul 2025Expired
Award Date
Not specified
Contract Period
2 Feb 2026 - 31 Jan 2028 1-2 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
RAF Commercial
Contact Email
rafdigital-ravensysint@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BUCKINGHAMSHIRE
Postcode
HP14 4UE
Post Town
Hemel Hempstead
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ13 Buckinghamshire
Delivery Location
Not specified

Local Authority
Buckinghamshire
Electoral Ward
Ridgeway West
Westminster Constituency
Mid Buckinghamshire

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-05460b-2025-08-11T15:56:56+01:00",
    "date": "2025-08-11T15:56:56+01:00",
    "ocid": "ocds-h6vhtk-05460b",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "031246-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031246-2025",
                "datePublished": "2025-06-10T13:10:36+01:00",
                "format": "text/html"
            },
            {
                "id": "031255-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031255-2025",
                "datePublished": "2025-06-10T13:24:20+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Interested Suppliers are required to email their interest to : rafdigital-ravensysint@mod.gov.uk",
                "dueDate": "2025-07-14T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "HQ Air Command, RAF High Wycombe",
                "locality": "Buckinghamshire",
                "postalCode": "HP14 4UE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ13"
            },
            "contactPoint": {
                "name": "RAF Commercial",
                "email": "rafdigital-ravensysint@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": "715017452",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "RAF Raven Systems Integrator",
        "description": "RAVEN is a secure, deployable communications platform that is critical for the projection of modern Air Power and is vital for the enablement of Agile Combat Employment (ACE). The Delivery Team is looking for an SI who has experience in providing support for the day-to-day operations of Defence CIS as well as Service Management.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75221000",
                        "description": "Military defence services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 38400000,
            "amount": 32000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-02-02T00:00:00+00:00",
                    "endDate": "2028-01-31T23:59:59+00:00",
                    "maxExtentDate": "2031-01-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 38400000,
                    "amount": 32000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Value for Money (VfM) Index (Non-cost score / Price (PSNPV)",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Value for Money (VfM) Index (Non-cost score / Price (PSNPV)",
                            "description": "Tender evaluation will be based on Value for Money (VfM) Index. This approach divides the total score of the non-cost (quality/technical) criteria by the tender cost. It ranks tenders on the quality (represented by the non-cost score) for each PS (or PSk or PSm) of cost."
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Financial assessment to be carried out."
                        },
                        {
                            "type": "technical",
                            "description": "Qualification Envelope - Pass/Fail questions. Technical Envelope - Scored and Pass/Fail questions."
                        },
                        {
                            "description": "Qualification Envelope. PASS / FAIL questions which must be passed by the Potential Provider in order to progress to the Technical Envelope (except where the Authority has discretion not to fail the Potential Provider). Technical Envelope Scored and Pass/Fail. Those Potential Providers who are successful in the Stage 1 evaluation will then be taken forward into the Stage 2 evaluation where their capability will be assessed using a series of PASS/FAIL and weighted questions which include a scoring regime across a range of weighted criteria. An individual weighted score is calculated for each question by dividing the appropriate score allocated to the Potential Provider by 100 and multiplying by the question weighting. A total weighted score is then calculated by adding together the entire individual question weighted scores for the Potential Provider. The Top six (6) highest scoring applicants will be invited to Tender.",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "Optional extensions of 1 year plus 1 year plus 1 year."
                },
                "hasOptions": true,
                "options": {
                    "description": "Optional extension years may be exercised by the Authority."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-07-14T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Suppliers are required to register on the DSP and then complete the Procurement Specific Questionnaire (PSQ). The submission received within the timelines outlined in the PSQ documents will be evaluated and the top 6 highest scoring applicants will be invited to Tender."
        },
        "submissionMethodDetails": "via the Defense Souring Portal https://contracts.mod.uk/go/96223051019899A1BF43",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-09-11T16:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-09-01T16:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-01-19T23:59:59+00:00"
        },
        "otherRequirements": {
            "reservedParticipation": [
                "shelteredWorkshop"
            ]
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Applicants will need to register on the DSP and to this opportunity. Applicants will be required to complete the sections within the PSQ and then submit their response."
            },
            {
                "id": "047738-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/047738-2025",
                "datePublished": "2025-08-11T15:56:56+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "No later than 30 days from receipt of valid undisputed invoice."
        },
        "riskDetails": "The Key Performance Indicators (KPIs) linked to Operational Support and are Project Based: Operational Support includes KPIs within DEFFORM 47 ITT document, Schedule 2 - Statement of Requirements - based on point (3) and the SLA/KPI breakdown table within this section. These specific SLA/KPIs are tailored to the services required that the Potential Provider shall be required to achieve. For further details, please refer to Annex E Key Performance Indicators. Project Based - Each project will have KPIs that are tailored and bespoke to the specific service, that will be continuously assessed and tailored to suit the specific requirement of each project. This will ensure that the KPIs accurately reflect the unique objectives and deliverables of each project. For further details, please refer to Annex Key Performance Indicators."
    },
    "language": "en"
}