CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

1. Title: ACCESS TO COMMERCIAL ISR DATA, SERVICES AND PRODUCTS FROM SPACE – EXPORTING OPPORTUNITY
2. Awarding Authority: Secretary of State for Business, Innovation & Skills acting on behalf of UK Trade & Investment (UKTI)., GB. Web:
3. Contract type: Service contract
4. Description: Opportunity type
NATO
Industry
Defence
Future invitation for bid (IFB) for procurement of data, services and products from space in support of NATO intelligence processes.
Description
Reference:IFB-422189-APSS
Project objective
The Alliance Persistent Surveillance from Space (APSS) initiative aims to enhance and accelerate situational awareness and decision making through a dedicated programme for the access to shared ISR data from space, and the integration of the data into NATO systems.
Through pioneering the ability of the Alliance to harness space capabilities and deliver operational effects from the Space Domain, this initiative will deliver a transformational change in the Alliance’ ability to increase the level of situational awareness through access to data from space. At the heart of this effort would be the establishment of “Aquila”, a virtual constellation of data available from verified surveillance satellites allowing Allies to share space-based earth observation data from both national and commercial sources.
It is recognised that the global multi-faceted threats faced by the Alliance demands a combination of data from a variety of sensors, fused analytical products and the support of specific services as an integral element of the Joint ISR process.
To inform Alliance decision makers and maintain the level of situational awareness required to address the global challenges identified by the Alliance, access to timely and relevant ISR data, services and products from selected commercial providers will be necessary.
By establishing a number of Multi-Award, Indefinite Delivery/Indefinite Quantity (IDIQ) Task Order type contracts (MATOCs), the Alliance aims to satisfying collection requirements through engagement with selected providers of data, services or products.
Scope of work
The MATOC framework will enable the Alliance to extend the Joint ISR collection to selected commercial providers of space ISR data, services and products.
Commercial providers are required to give the Alliance access to data from a wide range of sensors (electro optical, SAR, RF and other capabilities to be identified by the Alliance), services and products that support the Joint ISR Collection management process within the Alliance.
The Alliance will submit collection requirements in the form of discrete, periodic and specific task orders for completion to the individual timing and quality level specified.
While detailed technical requirements for deliverables will be clarified within the Invitation for Bid, it is envisioned that the Alliance intelligence requirements will be a combination of:
The provision of data from space to inform decision making and corroborate other sources; This includes, but is not limited to, raw data (meaning sensor data from a remote sensing satellite), and any auxiliary data required to produce remote sensing products from sensor data; exploitable imagery and remote sensing products. Parameter specifications relevant for the expected output are to be provided within the task order 1.
The establishment of specific services to address current information gaps, such as maritime services, vessels detection, monitoring activities, etc.
The provision of single, all-source or fused analytical products to augment existing analysis capabilities. This includes, but not limited to, object identification and labelling, change detection and activity monitoring over time, path, direction, route tracking of moving vessels, vehicles, personnel, aircraft; camouflage detection, signal monitoring and source detection, jamming identification; battle damage assessment, disaster monitoring, pattern analysis and cross referencing/ fusion with other source datasets, predictive analysis such as congestion times or times of specific adversary activity. Specific criteria to be detailed within the task order 2.
e) It is therefore critical that the MATOC framework construct has access to a broad range of commercial providers (final number will be define in the IFB) who are in a position to deliver against one or more of the above areas, and can work with the Alliance in ensuring that the relationship is maximised and that the deliverable is effectively utilised.
The technical requirements associated with commercial acceptance into the MATOC framework will be detailed in the subsequent Invitation for Bid.
Period of performance
The period of performance is anticipated to start in Q2 2024 and end in Q4 2024, plus 4 optional renewal periods each of 12 months duration. It is important to note that this timeline represents the anticipated duration of the Project, and adjustments may be made as per the requirements of the solicitation process and subsequent contractual agreement.
Rapid procurement vehicle
Rapid procurement vehicles, such as IDIQ, are NATO-wide contract vehicles to quickly meet requirements for information and communications technology (ICT) goods and services with the aim to maximize competition and value for money. They are uniquely designed to drive standardisation, acceleration of project delivery, flexibility and benefits of volume-based discounts, while providing a quick turnaround solution to overcome service or equipment deficiencies at all levels.
The IDIQ will set forth the broad requirement and will provide an overarching set of terms and conditions.
A task description will be developed for each NCI Agency requirement within the scope of the IDIQ SOW contract, followed by a competition among the suppliers.
The criteria for selecting the awardee of MATOCS contract for the market place will be defined in the IFB. So will the task order award mechanism.
5. CPV Code(s): 73425000
6. NUTS code(s): UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ, UKK, UKL, UKM, UKN
7. Main site or location of works, main place of delivery or main place of performance: NATO
8. Reference attributed by awarding authority: Reference:IFB-422189-APSS
9. Estimated value of requirement: Value of contract
more than £50m
10. Opportunity closing date 13.9.2023.
11. Address to which they must be sent: To register your interest in the above opportunity please visit:
12. Other information: TKR-2023726-EX-1611371

RELATED ARTICLES

May 7, 2026

GMCA1401 Greater Manchester Rehabilitation Service - Market Engagement Opportunity (Prime Provider Focused)

Type of document: Contract Notice Country: United Kingdom 1. Title: GMCA1401 GREATER MANCHESTER REHABILITATION SERVICE – MARKET ENGAGEMENT OPPORTUNITY (PRIME PROVIDER FOCUSED) 2.

May 7, 2026

HIA-26-012 Voice Communication and Control System (VCCs)

Type of document: Contract Notice Country: United Kingdom Nature of contract: Public works contract Procedure: Not specified Regulation of procurement: Not applicable Type of bid