Planning

Provision of SM-DP+ eSIM Platform and Associated Services

NPL MANAGEMENT LIMITED

This public procurement record has 1 release in its history.

Planning

19 Nov 2025 at 10:29

Summary of the contracting process

The procurement process, currently in the planning stage, is being conducted by NPL Management Limited, a public undertaking based in Teddington, United Kingdom. The project is titled "Provision of SM-DP+ eSIM Platform and Associated Services" and falls under the industry category of postal and telecommunications services. The contracting process was initiated as a tender on 19th November 2025, with a preliminary market engagement scheduled to conclude on 19th December 2025. The full tender process will follow, with a planning status maintained for the contract lot. This procurement aims to install an eSIM platform accredited for research purposes to enable NPL Ltd to operate as a UKTL Provider, with preferred solutions either on-premise or cloud-based to be evaluated.

This tender presents significant opportunities for businesses capable of providing cloud or on-premises eSIM solutions that meet NPL's specific requirements, including compliance with GSMA standards and the ability to support a 5G profile generation. It is particularly suited for companies with expertise in telecommunications infrastructure and software services, offering service management frameworks and robust system integration capabilities. With a gross budget of £1.2 million, this contract offers growth potential for SMEs with the capability to deliver a high-availability solution equipped with comprehensive support services and documentation. The engagement process allows businesses to assess and address risks collaboratively with NPL, providing a strong foundation for future-proofing procurement strategies and contracts.

How relevant is this notice?

Notice Information

Notice Title

Provision of SM-DP+ eSIM Platform and Associated Services

Notice Description

The SD DP+ solution (eSIM platform) is required for research purposes but will be installed and accredited to enable NPL Ltd to act as a UKTL Provider. For research purposes an on-prem internet isolated solution is preferred but in order to evaluate a system that is representative of what would be in use at a Mobile Network Operator, a cloud based solution would be considered. The SM-DP+ supplier is asked to respond to this request, and confirm with details of how it meets or exceeds the points set out below, providing narrative as appropriate. 1) Deployment * It is possible to deploy the SM-DP+ solution within NPL's premises. * The solution description will include the minimal hardware requirements to run the solution. * Provide a reference network architecture and configuration. * List the HSMs the solution is compatible with. * Provide support to achieve the required level of GSMA SAS accreditation of the solutions deployment within the client's own premises 2) Specification compliance The SM-DP+ solution must meet the minimal mandatory functional elements as set-out in the relevant specifications. * SGP.21 v2.6 "RSP Architecture" * SGP.22 v2.6 "RSP Technical Specification" * Detail if and what elements of SGP.21/.22 V3.x are supported * TCA's SIM Alliance Profile Package (SAIP) V3.3.1 (Aug 2023) or V3.4 (Mar 2025) * Must include support a 5G profile generation 3) Integration * The SM-DP+ solution provides an ES2+ MNO BSS interface with support for at least the API's defined in SGP.22. * The SM-DP+ solution provides a compliant and proven ES12 integration towards the SM-DS * The ES12 interface can be stubbed to simulate an SM-DS integration. * Profile Management & Service monitoring UI / Console. * Describe HSA's external integration method for access used by the reference deployment architecture. 4) Security * The solution console provides Login / User Management * The solution is architected and deployable to meet SAS audit requirements 5) Functions * Profile Inventory management * Upload Protected Profile packages * Dynamic Profile Package handling / creation to match the eSIMs interoperable profile package version support * Manually submit profile delete request to permit profile reuse without / overriding a need for device notification. * MatchingID generation as required * The solution supports the core profile lifecycle management as defined in SGP.22 and include the following APIs: * DownloadOrder - with ICCID provided, with or without EID - with profile type provided, with or without EID - Resulting in a linked or allocated profile * ConfirmOrder - ReleaseProfile - CancelOrder 6) Interrogation The SM-DP+ deployment permits the system administrator to employ logging tools / techniques to scrutinise events at a transactional level, trace protocol and communication exchanges within the software functions and on the RSP interfaces. 7) Documentation The solution is accompanied with adequate documentation to permit the system administrator understand the software logic and flow sequences for each of the defined functions. 8) Services and Support The solution is expected to be able to achieve 99% uptime / availability. The vendor shall provide service management framework 9) Pricing structure and Contractual terms Provide pricing structures for both the software licences, future upgrades / iterations and support regimes and any professional services fees. 10) Roadmap A function and feature roadmap outlining the planned developments and the expected availability.

Planning Information

Prior to initiating the procurement, NPL wishes to establish the level of market interest in the forthcoming procurement process. Suitably qualified and experienced suppliers who may have an interest in this project are invited to register for this Preliminary Market Engagement. The purpose of the market engagement is to help assess the reaction of the market, to understand risks and future possibilities to ensure a future proofed procurement strategy and resulting contract. Any submission received in response to this exercise will not constitute any contractual agreement between the respondent and NPL. Nor does the receipt of a response automatically include the respondent in the procurement process. A Tender Notice will be issued to the market which will provide details of how the relating procurement documentation can be accessed and timescales for submission of the said tender response. Interested parties shall bear their own costs of participation in this Market Engagement of whatever nature. NPL shall not be liable for the costs, expenses or losses howsoever arising (including, without limitation, any loss of profit or other economic loss incurred), regardless of the outcome of the Market Engagement. The next stage in the process will be considered once this exercise has been completed.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05e404
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/075080-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

64 - Postal and telecommunications services


CPV Codes

64000000 - Postal and telecommunications services

Notice Value(s)

Tender Value
£1,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Nov 20252 weeks ago
Submission Deadline
Not specified
Future Notice Date
19 Dec 20252 weeks to go
Award Date
Not specified
Contract Period
15 Jan 2026 - 31 Mar 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
NPL MANAGEMENT LIMITED
Contact Name
Not specified
Contact Email
gary.phillips@npl.co.uk
Contact Phone
Not specified

Buyer Location

Locality
TEDDINGTON
Postcode
TW11 0LW
Post Town
Twickenham
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI7 Outer London - West and North West
Small Region (ITL 3)
TLI75 Hounslow and Richmond upon Thames
Delivery Location
Not specified

Local Authority
Richmond upon Thames
Electoral Ward
Teddington
Westminster Constituency
Twickenham

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-05e404-2025-11-19T10:29:31Z",
    "date": "2025-11-19T10:29:31Z",
    "ocid": "ocds-h6vhtk-05e404",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-02937881",
            "name": "NPL Management Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02937881"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PYDB-8862-JBYM"
                }
            ],
            "address": {
                "streetAddress": "National Physical Laboratory",
                "locality": "Teddington",
                "postalCode": "TW11 0LW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI75"
            },
            "contactPoint": {
                "email": "gary.phillips@npl.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.npl.co.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicUndertaking",
                        "description": "Public undertaking"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02937881",
        "name": "NPL Management Limited"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Prior to initiating the procurement, NPL wishes to establish the level of market interest in the forthcoming procurement process. Suitably qualified and experienced suppliers who may have an interest in this project are invited to register for this Preliminary Market Engagement. The purpose of the market engagement is to help assess the reaction of the market, to understand risks and future possibilities to ensure a future proofed procurement strategy and resulting contract. Any submission received in response to this exercise will not constitute any contractual agreement between the respondent and NPL. Nor does the receipt of a response automatically include the respondent in the procurement process. A Tender Notice will be issued to the market which will provide details of how the relating procurement documentation can be accessed and timescales for submission of the said tender response. Interested parties shall bear their own costs of participation in this Market Engagement of whatever nature. NPL shall not be liable for the costs, expenses or losses howsoever arising (including, without limitation, any loss of profit or other economic loss incurred), regardless of the outcome of the Market Engagement. The next stage in the process will be considered once this exercise has been completed.",
                "dueDate": "2025-12-19T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "075080-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/075080-2025",
                "datePublished": "2025-11-19T10:29:31Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-05e404",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of SM-DP+ eSIM Platform and Associated Services",
        "description": "The SD DP+ solution (eSIM platform) is required for research purposes but will be installed and accredited to enable NPL Ltd to act as a UKTL Provider. For research purposes an on-prem internet isolated solution is preferred but in order to evaluate a system that is representative of what would be in use at a Mobile Network Operator, a cloud based solution would be considered. The SM-DP+ supplier is asked to respond to this request, and confirm with details of how it meets or exceeds the points set out below, providing narrative as appropriate. 1) Deployment * It is possible to deploy the SM-DP+ solution within NPL's premises. * The solution description will include the minimal hardware requirements to run the solution. * Provide a reference network architecture and configuration. * List the HSMs the solution is compatible with. * Provide support to achieve the required level of GSMA SAS accreditation of the solutions deployment within the client's own premises 2) Specification compliance The SM-DP+ solution must meet the minimal mandatory functional elements as set-out in the relevant specifications. * SGP.21 v2.6 \"RSP Architecture\" * SGP.22 v2.6 \"RSP Technical Specification\" * Detail if and what elements of SGP.21/.22 V3.x are supported * TCA's SIM Alliance Profile Package (SAIP) V3.3.1 (Aug 2023) or V3.4 (Mar 2025) * Must include support a 5G profile generation 3) Integration * The SM-DP+ solution provides an ES2+ MNO BSS interface with support for at least the API's defined in SGP.22. * The SM-DP+ solution provides a compliant and proven ES12 integration towards the SM-DS * The ES12 interface can be stubbed to simulate an SM-DS integration. * Profile Management & Service monitoring UI / Console. * Describe HSA's external integration method for access used by the reference deployment architecture. 4) Security * The solution console provides Login / User Management * The solution is architected and deployable to meet SAS audit requirements 5) Functions * Profile Inventory management * Upload Protected Profile packages * Dynamic Profile Package handling / creation to match the eSIMs interoperable profile package version support * Manually submit profile delete request to permit profile reuse without / overriding a need for device notification. * MatchingID generation as required * The solution supports the core profile lifecycle management as defined in SGP.22 and include the following APIs: * DownloadOrder - with ICCID provided, with or without EID - with profile type provided, with or without EID - Resulting in a linked or allocated profile * ConfirmOrder - ReleaseProfile - CancelOrder 6) Interrogation The SM-DP+ deployment permits the system administrator to employ logging tools / techniques to scrutinise events at a transactional level, trace protocol and communication exchanges within the software functions and on the RSP interfaces. 7) Documentation The solution is accompanied with adequate documentation to permit the system administrator understand the software logic and flow sequences for each of the defined functions. 8) Services and Support The solution is expected to be able to achieve 99% uptime / availability. The vendor shall provide service management framework 9) Pricing structure and Contractual terms Provide pricing structures for both the software licences, future upgrades / iterations and support regimes and any professional services fees. 10) Roadmap A function and feature roadmap outlining the planned developments and the expected availability.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "64000000",
                        "description": "Postal and telecommunications services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1200000,
            "amount": 1000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-15T00:00:00Z",
                    "endDate": "2030-03-31T23:59:59+01:00"
                },
                "status": "planning"
            }
        ],
        "status": "planning"
    },
    "language": "en"
}