CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-020362/EN)
Nature of contract:
Procedure: Not applicable

Contract notice

Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence
UK Missile Defence Centre, Room 1017, Building A7, Cody Technology Park
Farnborough
Postal code: GU14 0LX
United Kingdom
For the attention of: Redwood Chris
Email: christopher.redwood102@mod.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
I.3) Main activity:
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity: Science and Technology Oriented Research and development in Missile defence (STORM)
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 3: Air transport services of passengers and freight, except transport of mail
Nuts code:
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Information on framework agreement
II.1.5) Short description of the specific contract:
1 Since the first V2 attack on London in 1944 ballistic missiles have posed a near constant threat to the UK, its overseas interests, and forces. Adversaries continue to invest in and proliferate increasingly advanced ballistic and manoeuvrable threat systems to challenge our freedom of action.
2 The UK Missile Defence Centre (MDC), a unique government-industry partnership within MOD Head Office, is responsible for all UK missile defence Research & Development (R&D). The MDC was established as a government-industry partnership to provide support to decision makers on all aspects of Missile Defence and to provide a pipeline of funding to sustain SQEP in relevant UK industry sectors. Through continuing implementation of the 2020 MOD Science & Technology (S&T) Strategy, the Missile Defence R&D category must sustain, exploit, and develop UK industrial and academic expertise to continue to develop next generation and generation after next technologies applicable to Integrated Air and Missile Defence.
3 The Missile Defence R&D Category Strategy, approved in May 2023, recommended creation of a new route to market bringing together core research and technology maturation projects into a single contract, enhancing research outcomes and supply chain efficiency. The contract shall manage delivery of research covering all activities to counter ballistic missiles and advanced threats including but not limited to simple non-separating threats, complex separating threats, Manoeuvring Re-Entry Vehicles (MaRVs) and Multiple Independently Targetable Re-Entry Vehicles (MIRVs), Hypersonic Glide Vehicles (HGVs), Hypersonic Cruise Missiles (HCM) and hybrid threats which share characteristics with BM, HGV and/or HCM. The research required will cover analysis, experimentation, trials and technology/system development across all pillars of missile defence:
• Counter-proliferation – measures to minimise the spread of missile technology,
• Deterrence – measures to discourage the use of threat missiles,
• Counterforce – measures to reduce the quantity of missiles and supporting equipment / facilities available to an aggressor during a conflict,
• Active defence – measures to detect, track, intercept and disable/destroy missiles in flight,
• Passive defence – measures to mitigate and recover from the effects of threat missiles impacting on their target.
4 The Contractor will be required to work in close co-ordination with the MDC to design and manage a contract pipeline to deliver the Missile Defence R&D category’s research requirements. The pipeline will need to permit large, multi-year research technology maturation projects, multinational and multi-supplier trials, as well as short-term rapid analysis and short-notice access to subject matter expertise to contribute to the rapid provision of advice to decision makers across UK Government. It is envisaged that this will be best delivered with a coordination function co-located with the Missile Defence Centre in Farnborough.

II.1.6) Common procurement vocabulary (CPV): 73410000,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:

II.1.9) Information about variants:
Variants will be accepted: YES
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
II.2.2) Information about options:

II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions:
The successful Contractor will need to hold Facility Security Clearance within three months of contract award
At least 95% of the value of the contract must be delivered by a UK workforce to develop, nurture and sustain UK experience and capabilities in Missile Defence research and development.

III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
– Browse to the eSourcing Portal
– Click the “Click here to register” link
– Accept the terms and conditions and click “continue”
– Enter your correct business and user details
– Note the username you chose and click “Save” when complete
– You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
– Login to the portal with the username/password
– Click the “PQQs Open to All Suppliers” link. (These are Pre-Qualification Questionnaires open to any registered supplier)
– Click on the relevant PQQ to access the content.
– Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.
– This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)
– Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box
3. Responding to the tender
– You can now choose to “Reply” or “Reject” (please give a reason if rejecting)
– You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification
– Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
– There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance please consult the online help, or contact the eTendering help desk.

III.2.2) Economic and financial ability
Prospective Tenderers will need to complete a Financial Viability Risk Assessment
Minimum level(s) of standards possibly required:
Prospective Tenderers will need to complete a Financial Viability Risk Assessment

III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Prospective Tenderers will need to complete the PQQ on the Defence eSourcing Portal
Minimum level(s) of standards possibly required:
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession:
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators:6
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction

IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
IV.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU:2023/S 000-013807of15.5.2023
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
5.8.2024
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
In days:
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information
VI.1) Information about recurrence
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.
VI.4) Procedures for appeal
VI.5) Date of dispatch of this notice:
3.7.2024

RELATED ARTICLES

May 21, 2025

Replacement Secondary Submarine Radar and Support - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: Replacement Secondary Submarine Radar and Support 2. Awarding Authority: Ministry of Defence Defence Equipment &

May 19, 2025

Uxbridge Roofing

Type of document: Contract Notice Country: United Kingdom 1. Title: Uxbridge Roofing 2. Awarding Authority: VIVO DEFENCE SERVICES LIMITED First Floor NEWCASTLE-UPON-TYNE England NE128EX Contact: Email: Billableworks@vivodefence.com Phone: 01480 456654 URL: 3. Contract