{
    "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"
}