CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

MOD Addendum
GB-Fareham: Progeny Maritime Research Framework

Region Codes: UKJ31

Section I: Contract Title
Contract Title: GB-Fareham: Progeny Maritime Research Framework

Section II: Identification Numbers
MOD Contract Notice Nr: R1000105354
Contract Number: R1000105354

Section III: Issuing Branch / Organisation Details
Notice Address:
Ministry of Defence, DSTL, Defence Science & Technology Laboratory (DSTL)
Portsdown West, Room 036, i-SAT J, East Court, Grenville Building, Fareham, PO17 6AD, United Kingdom
Tel. 01980 952479, Email: DSTLProgeny@dstl.gov.uk
Contact: Sue Hughes, Attn: Sue Hughes

Section IV: Product / Service Descriptor Code
Industry Codes:
66140000 – Portfolio management services.
79421000 – Project-management services other than for construction work.
73110000 – Research services.

Section V: Summary of Requirements / Description of Work
Summary of Requirements / Description of Work: Portfolio management services. Project-management services other than for construction work. Research services. UPDATE
Due to the delay in the issue of the ITT, please note the following change from the original notice:
Proposed/Estimated ITT Return Date: now planned for 07/06/2017.

The Cyber Risk Level for the Progeny Maritime Research Framework is Low, as defined in Def Stan 05-138.
The issue date of the Progeny Maritime Research Framework ITT is week commencing 18 April 2017.

The purpose of Dstl is to maximise the impact of Science and Technology (S&T) for the Defence and Security of the UK. As such, Dstl’s role includes responsibility for leading the formulation, design and delivery of a coherent integrated programme of MOD maritime S&T using industrial, academic and government resources.

The Progeny Maritime Research Framework (PMRF) is required to underpin delivery of the UK’s maritime S&T capability from within Dstl and the wider MOD.

The purpose of the PMRF is to provide a flexible, enduring and responsive contracting mechanism to deliver maritime-related S&T, enabled by the breadth of relevant capabilities which exist across Industry and Academia.

The PMRF covers the delivery of all aspects of S&T related to maritime platform and combat systems. The Contractor will be required to generate and maintain a Community of Interest (COI) comprised of industry and academia, who are able to respond to tasking across the broad remit of maritime-related S&T.

The Authority requires that the PMRF is developed and operated in adherence with the following principles:
• Open to relevant suppliers;
• Inclusive;
• Encourages teaming and team working;
• Responsive;
• Informed;
• Builds mutual trust;
• Encouraging of innovation;
• Embracing best practice;
• Respectful of IPR.

The primary task of the Contractor will be the design and operation of the Progeny Community of Interest. This includes:
• Building and managing an effective and vibrant community and ensuring that the PMRF provides value for money for both the Authority and the community members;
• Ensuring effective communications both within the community and between the Authority and the community;
• Managing competition processes in a fair and open manner and in manner which encourages effective teaming and team working whilst also protecting Intellectual Property (IP);
• Contracting for individual tasks in an efficient manner.

Requirements will cover everything from low Technology Readiness Level (TRL) ‘exploratory’ activities through to high TRL activities to de-risk solutions for potential future procurement programmes. The PMRF scope will cover delivery of S&T for all maritime-related military capabilities.

The Contractor will not need to have a detailed understanding of the technical areas and it is expected that the Contractor would sub-contract at least 90% (by value) of the Call-off Tasks under the PMRF.

The planned duration of the PMRF is 4 years plus up to two x 2 year extensions with an estimated value of between £10 and £20M per annum, with the potential to increase to £25m per annum. The PMRF will cover requirements from Dstl and wider MOD.

The indicative average throughput of tasks is 23 per annum. This is not a guarantee of throughput of tasks per annum and is included for information purposes only.

Interested suppliers are required to complete and sign the Statement of Good Standing to confirm there are no grounds for mandatory or discretionary exclusion to allow the supplier to participate in the procurement.

For information, the following are mandatory requirements for this procurement:

Economic & Financial Standing
Tenderers will be required to provide:
• A copy of accounts for the most recent two years or for the period that is available if trading for less than two years.
• A Statement of their profit & loss account and cash flow for the most recent years trading.
• A declaration of overall turnover in each of the last two years.

Insurance
Tenderers will be required to confirm that they have Employers Liability Insurance, Professional Indemnity Insurance and Third Party public and product liability Insurance in place in order and provide copies of the relevant certificates.

Security
Due to the classification of the work under the Contract Tenderers will be required to confirm that they hold a Facility Security Clearance (in the UK this is known as List X) or are willing to obtain such a clearance by Contract award.

Legal
Tenderers will be required to confirm acceptance of the General and Special Conditions of Contract.

Turnover
Tenderers will not be deselected on the basis of turnover size alone. The Authority and, in the spirit of encouraging supplier growth, will not rule out a supplier unless there is clear evidence that the suppliers financial position places public money or services at unacceptable risk.

Security of Information
The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.

The Authority will be seeking a prime to manage the Progeny Maritime Research Framework who is best suited to meet the requirements now and in the future, at the most cost effective price. Tenders will be evaluated using the Most Economically Advantageous Tender (MEAT) method.
The top level evaluation criteria will be:
• Technical criteria 50% (Management of the Community of Interest; Communications with the Community of Interest; Competition of research activities on Industry and Academic Teams and Contracting)
• Commercial criteria 50%.

The Authority are seeking Expressions of Interest for this requirement. Expressions of Interest for the role of Prime for the Progeny Maritime Research Framework should be submitted, with the following information – Company name, Company address, Company point of contact name, telephone number and e-mail address, to: DSTLProgeny@dstl.gov.uk. The Authority will acknowledge your Expression of Interest and forward a Statement of Good Standing for completion. Expressions of Interest should be submitted by close of play on the 18 November 2016.

RELATED ARTICLES

July 14, 2025

Supply of White Fleet Vehicles

Type of document: Contract Notice Country: United Kingdom 1. Title: SUPPLY OF WHITE FLEET VEHICLES 2. Awarding Authority: Ministry of Defence, British Forces

July 10, 2025

UK Space Domain Awareness Requirements Mapping Industry Assessment - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: UK Space Domain Awareness Requirements Mapping Industry Assessment 2. Awarding Authority: Defence Science and