Published date: 23 September 2022

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 16 January 2023, 10am

Contract summary

Industry

  • Strategic submarine nuclear fuelled - 35512100

Location of contract

Any region

Value of contract

£100,000,000

Procurement reference

tender_316965/1106101

Published date

23 September 2022

Closing date

16 January 2023

Closing time

10am

Contract start date

1 March 2025

Contract end date

1 March 2031

Contract type

Works

Procedure type

Other: Exempt Competitive Negotiated

Contract is suitable for SMEs?

No

Contract is suitable for VCSEs?

No


Description

Expressions of Interests are sought from Potential Providers that have the capability to develop and supply a countermeasure system for Astute, Vanguard, Dreadnought and SSN(R) Class Submarines. This system will be known as the Next Generation Countermeasure (NGCM) and falls with the wider Underwater Defensive Aid Suite (UDAS) delivery Programme. The NGCM project is to be delivered in accordance with the Statement of Requirement (SOR) and Systems Requirements Document (SRD, which will be issued with the Invitation to Negotiate (ITN).

The Contract is also to provide:
- Trials & Testing
- Combat System Integration
- Initial Support Solution including Equipment & Technical Support
- An initial Training Needs Analysis (TNA) and follow-on training packages
- Post Design Services as required

The initial Contract duration is estimated to be for a period of 6 years.

Potential Providers are to note that in order to fulfil this requirement, the chosen supplier will be exposed to and required to safeguard nationally sensitive information/data bearing a security classification up to and including SECRET UK EYES ONLY level.

The Authority therefore requires Potential Providers to have Provisional List X status to manage these security requirements throughout the entire supply chain by the ITN issue date. Potential Providers who do not meet this minimum eligibility criteria will be sifted out during the Dynamic Pre-qualification Questionnaire (DPQQ) evaluation stage.

Potential Providers are to confirm that they can deliver a Safety and Environmental Case Report in accordance with DMR02 and DEF Stan 00-056. This forms part of the minimum eligibility criteria and any Potential Provider who cannot confirm compliance with this will be sifted out during the DPQQ evaluation stage.
The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2110 - NATO Quality Assurance Requirements for Design, Development and Production.
The use of the Contracting, Purchasing & Finance (CP&F) system is a mandatory requirement for this Contract, the Authority must be assured that you have the technical ability to trade electronically and connect to the CP&F system. If this assurance is not provided Potential Providers will be sifted out during the DPQQ evaluation stage.

The Authority requires Potential Providers to comply with the Mandatory Selection Criterion for the Government's Cyber Essentials Scheme as set out within DPQQ Part 1: Form E. Failure to comply will lead to Potential Providers being sifted out at the DPQQ evaluation stage. The cyber risk assessment for this project is rated as 'moderate'.

Further information regarding additional exclusion criteria, minimum standards and the criteria for down selecting Potential Providers can be found within the supporting document UDAS DPQQ Potential Provider Guidance attached to the DPQQ.


More information

Links


About the buyer

Address

MOD Abbey Wood
Bristol
BS34 8JH
England

Email

joe-anne.powell558@mod.gov.uk