CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 071533/S 000-2025
Nature of contract: Supply contract
Procedure: Not specified
Regulation of procurement: Not applicable
Type of bid required: Not applicable

UKPGA UK2: Preliminary Market Engagement Notice

I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Defence Equipment and Support
National registration number: PVRL-5831-GLMM

Postal address: MOD Abbey Wood
Town: Bristol
Region: Bath and North East Somerset, North Somerset and South Gloucestershire
Postal code: BS34 8JH
Country: United Kingdom

Contact Person: DE&S
Email: DESISTAR-CAMERA@mod.gov.uk

Internet address

I.4) Type of the contracting authority
Public authority – central government

II) Object
II.1.1) Title
715649450 – Electro-Optic Cameras – PMEN
Reference number: 715649450

II.1.3) Type of contract
Supplies
Special regime
DefenceSecurity

II.1.4) Short description
Framework Agreement – Supply of Electro-Optic Cameras, Accessories and Ancillaries
The Authority invites expressions of interest for inclusion in a Framework for the supply of electro-optic cameras operating across a specific set of ranges and accessories and ancillaries such as but not limited to batteries, tripods, laser pointers and viewing aides. We would kindly ask you to review the following and get in touch via the provided email address should you wish to participate.
Requirement 1: Commercial Off the Shelf (COTS) Electro-Optical Cameras.
The Authority is seeking expressions of interest from suppliers of Commercial Off the Shelf (COTS) electro-optical cameras and camera accessories. The suite of cameras covering visible through to thermal wavebands of the electromagnetic spectrum are required to address both short and long-range requirements. The cameras sought are to replace existing and new surveillance camera requirements with ‘best of breed’ COTS solutions and shall be purchased at intervals defined by operational demand through a Framework Agreement.
The suite of cameras must be sufficiently robust for worldwide deployment to enable identification of Subjects of Interest at range in urban and rural environments. The requirement for the COTS solutions offered shall be to employ the latest technologies in order to meet the demanding range of performance requirements needed.
The cameras must be able to transmit full motion video (FMV) over existing in-service bearers. Camera outputs must be capable of being viewed and stored on Open Standards platforms.
All cameras shall be subject to size, weight and power constraints which shall be defined in later correspondence. Efficient use of battery power shall be a strong consideration with the aim of reducing the deployed equipment logistics burden. All products offered must demonstrate high availability and reliability figures for deployment in harsh environments as a means of minimising operational disruption.
The cameras must have an in-service life of at least 5 years. Maintenance and support activity shall be covered in the Tasking Orders issued as part of the overall Framework.
Requirement 2: Accessories and ancillaries for the above requirement
The Authority may also seek to procure accessories and ancillaries for use with the Electro-Optical Cameras through the framework, parts such as but not limited to batteries, tripods, laser pointers and viewing aides maybe procured.
Interested parties are to confirm their interest in joining the framework by emailing DESISTAR-CAMERA@mod.gov.uk no later than 12:00 noon on Monday 3rd November 2025. Following receipt of Expressions of Interest, interested parties shall be required to complete a detailed Procurement Specific Questionnaire which will be issued after the 3rd November 2025 to assess each applicant’s suitability to participate in the framework.

II.1.5) Estimated Total Value
Value (including VAT)
12,000,000
Value (excluding VAT)
10,000,000
Currency
GBP

II.2) Description
II.2.1) Title
Contract/Lot No
1

II.2.2) CPV codes
Main CPV codes
35125300
38636100
38651000
38651100
38651200
38651600

II.2.3) Place of performance
NUTS code
UK – United Kingdom

II.2.7) Contract dates (estimated)
Start
2026-04-01 00:00
End
2029-03-31 23:59
Duration
3 years
Possible extension
2034-03-31 23:59
Extended duration
8 years
This contract is subject to renewal
Yes

II.3) Estimated date of publication of contract notice
2025-11-17 23:59

III) Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Particular suitability
Small and medium-sized enterprises (SME)

IV) Procedure
IV.1) Description

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement

VI) Complementary information
Link to source/bidding documents

VI.5) Date of dispatch of this notice
2025-11-06 10:56

VI.6) Engagement information
Engagement deadline
2025-11-17 23:59
Engagement process description
Expression of Interest

VII) Changes/Modifications

VII.2) Other additional information
The Authority has decided to extend the PMEN period and postpone the release of the PSQ until Monday 17th November.

RELATED ARTICLES

December 5, 2025

DTXG micro-AUV

Type of document: Contract Notice Country: United Kingdom Publication Ref: 079829/S 000-2025 Nature of contract: Supply contract Procedure: Not specified Regulation of procurement: Not applicable Type

December 5, 2025

The Assessment of Production Process Against ED-76B - UK 4

Type of document: Contract Notice Country: United Kingdom Publication Ref: 079566/S 000-2025 Nature of contract: Service contract Procedure: Open procedure Regulation of procurement: Not applicable Type