Published date: 25 April 2024

This notice was replaced on 11 July 2025

This notice does not contain the most up-to-date information about this procurement. The most recent notice is:

Awarded contract (published 11 July 2025)

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.


Contract summary

Industry

  • Electronic warfare systems and counter measures - 35730000

  • Test and evaluation of military electronic systems - 73436000

Location of contract

Any region

Value of contract

£2,700,000

Procurement reference

tender_433557/1348137

Published date

25 April 2024

Closing date

25 June 2024

Closing time

5pm

Contract start date

31 July 2024

Contract end date

31 July 2029

Contract type

Service contract

Procedure type

Restricted procedure (above threshold)

A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

The Dismounted Close Combat (DCC) Team, part of the UK Ministry of Defence (MOD) intends to award a service contract with a Subject Matter Expert (SME) to conduct assessment, trialling and integration of Electro-Magnetic DETECT and/or DEFEAT (EMDaD) capabilities and associated equipment, with a single UK based supplier under the auspices of Freedom of Action, as the requirement is associated with electronic warfare. The supplier must have or be able to attain Facility Security Clearance (FSC) and their personnel will require Security Check (SC) to Secret-UK eyes only (SUKEO). This requirement is not open to overseas suppliers.

The Authority requires the SME to be independent of any Original Equipment Manufacturer (OEM), Agent of an OEM, or a Retailer of C-uAS EM DETECT and DEFEAT systems, due to the handling of Intellectual Property and classified performance data. The service provider must demonstrate the processes and procedures they shall have in place for handling Intellectual Property Rights (IPR) and SUKEO Performance data generated under the contract. Non-Disclosure agreements (NDAs) will be required between the SME and the suppliers of capabilities being assessed and procured under the separate EMDaD framework agreement (711279452), the service provider shall not be permitted to supply C-uAS EM DETECT and DEFEAT systems under the 711279452 framework.

The estimated total contract value is up to £2.25M ex-VAT throughout the 5-year duration.

DPQQ- https://contracts.mod.uk/go/59975055018F117D48D0

The Cyber Risk Level associated with this project has been assessed as Low. Risk Assessment Reference: RAR-240417A12


About the buyer

Contact name

DES LE STSP-DCC-Comrcl

Address

MOD Abbeywood
Bristol
BS34 8JH
England

Email

DESLESTSP-DCC-Comrcl@mod.gov.uk