← Back to opportunities

Digital Decision Accelerators for Defence (DDAD) Open Framework

Ministry of Defence

Buyer Contact Info

Buyer Name: Ministry of Defence

Buyer Address: MOD Corsham, Building 405, B2, Westwells Road,, Corsham, UKK15, SN13 9NR, United Kingdom

Contact Name: ASGARD Commercial Lead

Contact Email: Luke.morgan143@mod.gov.uk

Status
active
Procedure
selective
Value
180000000.0 GBP
Gross: 216000000 GBP
Published
19 Aug 2025, 10:48
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
72200000 - Software programming and consultancy services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The Ministry of Defence (MOD) is intending to launch a procurement for a new Defence and Security Open Framework specially designed to encourage the development, and accelerants of, advanced digital 'Decision' capabilities. An Open Framework is defined as a scheme of successive frameworks that allows for the periodic reopening of supplier lists under substantially the same terms. This contrasts with traditional ‘closed’ frameworks where after a single competition process suppliers are ‘locked’ in or out of a framework for its full duration. This Open Framework will operate as the main delivery mechanism for ASGARD; the British Army's flagship Transformative Capability Initiative (TCI). This project will deliver a central part of the Chief of General Staff's (CGS) Growth Through Transformation (GTT) strategy. This Open Framework will focus on the 'Decide' element of the target acquisition cycle (Sense-Decide-Effect); supporting ASGARD’s goal of reinventing, and transforming, how land forces deliver operational decision-support and decision-making software via the use of modern Artificial Intelligence / Machine Learning (AI/ML) technologies. More information, including the final scope of this framework, will become available in the future publishing of the Tender Notice and associated Tender Documents (anticipated in Q3 of 2025). Over four (4) core years (with options to extend), the estimated value of this framework is estimated to be £180,000,000.00. This figure is purely indicative and is not a comittment to spend, and is subject to amendment prior to the publishing of the Tender Notice and associated Tender Documentation. The MOD has duly considered the use of lots in this framework and has provided the details of proposed lots below. These lots, and the procurement process, will be suitable for Small to Medium Enterprises (SMEs) to bid for. Suppliers will be able to bid against multiple lots and, if successful, be awarded onto multiple. Please be aware that the MOD will not be providing additional time for Suppliers bidding onto multiple lots during the tender process. Supplier Feedback on Lots: Suppliers are invited to provide voluntary feedback on the lot names, number of places, and descriptions for the MODs consideration. If a Supplier is interested in providing feedback, they must do so by the 13th June 2025, at 17:00. Feedback must be limited to the lots and must be submitted via the MS Form provided, in Section 2 and Section 3 (LINK HAS NOW EXPIRED). Please note that the MOD reserves the right to consider feedback and to alter, amend, or remove lots entirely on that basis. The final lots will be made clear in the Tender Notice and associated Tender Documents. Supplier Invitation to Market Engagement Conference: The MOD is planning to hold a virtual Conference for prospective Suppliers to attend (no commitment to bid required to attend). The Market Engagement Conference shall take place on the 1 August 2025, 10:00 to 12:00 with links to attend at the top of the notice change section. To promote principles of equal treatment and transparency, this session will be recorded and can made available to Suppliers who request it or are unable to attend. The Market Engagement Conference will include a brief introduction from the Project Team and a run through of the process from the Commercial Team. The intention of this session is three-fold, namely: (1) to explain how Suppliers, especially Small to Medium Enterprises (SMEs), can get involved in this opportunity, (2) to promote a common understanding of the program’s goals, and (3) to set the behaviours that MOD and Suppliers can expect from each other.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/049778-2025

Link Description: Tender notice on Find a Tender

Lots

Lot Title: Data Integration

Lot Description: This lot focuses on advanced data integration capabilities beyond traditional Extract-Transform-Load or Extract-Load-Transform methods. Solutions should offer configurable connectors, orchestration tools, real-time ingestion, and metadata-driven management. Emphasis should be on reducing long-term integration costs and increasing operational transparency. Basic cloud storage and compute will be covered elsewhere; this lot covers higher-level functions like data validation, cataloguing, and lineage tracking. It will form the backbone for delivering trusted datasets supporting critical operations.

Lot 1 Status: active

Lot 1 Value: GBP 180,000,000

Lot 1 Value (Gross): GBP 216,000,000

Lot 1 Contract Start: 2025-11-13T00:00:00+00:00

Lot 1 Contract End: 2029-11-13T23:59:59+00:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Technical and Professional Ability (60%)

Lot 1 Award Criterion (quality): Additional Questions (40%)

Lot Title: Accelerators

Lot Description: This lot provides accelerators to enhance data-driven decision-making. Solutions should support model development, machine learning operations, synthetic data usage, and real-time inference. The focus is on reducing time-to-insight and improving operational efficiency. Foundational compute services are covered in other lots. This lot targets intelligent capabilities such as automated workflows, pre-trained models, and integration with operational systems.

Lot 2 Status: active

Lot 2 Value: GBP 180,000,000

Lot 2 Value (Gross): GBP 216,000,000

Lot 2 Contract Start: 2025-11-13T00:00:00+00:00

Lot 2 Contract End: 2029-11-13T23:59:59+00:00

Lot 2 SME Suitable: Yes

Lot 2 Award Criterion (quality): Technical and Professional Ability (60%)

Lot 2 Award Criterion (quality): Additional Questions (40%)

Lot Title: Applications

Lot Description: This lot supports rapid development and management of enterprise-grade applications. Solutions should enable microservices, continuous integration and continuous delivery/deployment, observability, and secure deployments. Focus areas include fast delivery, scalability, and continuous innovation. Core infrastructure will be handled in other lots; this lot addresses platforms and services enabling mission-critical software to operate efficiently and securely across the enterprise.

Lot 3 Status: active

Lot 3 Value: GBP 180,000,000

Lot 3 Value (Gross): GBP 216,000,000

Lot 3 Contract Start: 2025-11-13T00:00:00+00:00

Lot 3 Contract End: 2029-11-13T23:59:59+00:00

Lot 3 SME Suitable: Yes

Lot 3 Award Criterion (quality): Technical and Professional Ability (60%)

Lot 3 Award Criterion (quality): Additional Questions (40%)

Lot Title: Edge Storage and Compute

Lot Description: This lot focuses on edge computing and local storage for real-time, low-latency data processing. Solutions should include containerized edge nodes, tiered storage, and resilient, secure connectivity. Emphasis is on supporting distributed environments with limited or intermittent connectivity. Centralized compute and storage will be addressed separately. This lot is essential for scalable, autonomous operations at the edge.

Lot 4 Status: active

Lot 4 Value: GBP 180,000,000

Lot 4 Value (Gross): GBP 216,000,000

Lot 4 Contract Start: 2025-11-13T00:00:00+00:00

Lot 4 Contract End: 2029-11-13T23:59:59+00:00

Lot 4 SME Suitable: Yes

Lot 4 Award Criterion (quality): Technical and Professional Ability (60%)

Lot 4 Award Criterion (quality): Additional Questions (40%)

Lot Title: Services

Lot Description: This lot includes expert services to support technology adoption and integration across all other lots. Offerings may include technical training, architecture consulting, synthetic data support, and proof-of-concept development. The goal is to reduce implementation risk and ensure technology choices are effective and well-informed. This lot is the enabler for maximizing ROI and building capability in a complex technology landscape.

Lot 5 Status: active

Lot 5 Value: GBP 180,000,000

Lot 5 Value (Gross): GBP 216,000,000

Lot 5 Contract Start: 2025-11-13T00:00:00+00:00

Lot 5 Contract End: 2029-11-13T23:59:59+00:00

Lot 5 SME Suitable: Yes

Lot 5 Award Criterion (quality): Technical and Professional Ability (60%)

Lot 5 Award Criterion (quality): Additional Questions (40%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PHVX-4316-ZVGZ",
    "name": "Ministry of Defence"
  },
  "date": "2025-08-19T11:48:25+01:00",
  "id": "049778-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05245d",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Corsham",
        "postalCode": "SN13 9NR",
        "region": "UKK15",
        "streetAddress": "MOD Corsham, Building 405, B2, Westwells Road,"
      },
      "contactPoint": {
        "email": "Luke.morgan143@mod.gov.uk",
        "name": "ASGARD Commercial Lead"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.gov.uk/government/organisations/ministry-of-defence"
      },
      "id": "GB-PPON-PHVX-4316-ZVGZ",
      "identifier": {
        "id": "PHVX-4316-ZVGZ",
        "scheme": "GB-PPON"
      },
      "name": "Ministry of Defence",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-11-13T23:59:59+00:00"
    },
    "contractTerms": {
      "financialTerms": "The DDAD framework is designed to cover various differing requirements across its multiple lots. Therefore, a singular pricing and incentive model will not be placed over all lots.\nRather, the pricing and incentive mechanisms will be developed over time and agreed at the point of the Authority entering into a contract with a Supplier(s). This approach allows the tailoring of pricing and incentives to the exact nature of the goods, services or other works being sourced.\nIf the Authority decides to change this under a future re-opening of the framework, it shall duly contact Suppliers as a part of the process."
    },
    "description": "The Ministry of Defence (MOD) is intending to launch a procurement for a new Defence and Security Open Framework specially designed to encourage the development, and accelerants of, advanced digital \u0027Decision\u0027 capabilities. An Open Framework is defined as a scheme of successive frameworks that allows for the periodic reopening of supplier lists under substantially the same terms. This contrasts with traditional \u2018closed\u2019 frameworks where after a single competition process suppliers are \u2018locked\u2019 in or out of a framework for its full duration. \nThis Open Framework will operate as the main delivery mechanism for ASGARD; the British Army\u0027s flagship Transformative Capability Initiative (TCI). This project will deliver a central part of the Chief of General Staff\u0027s (CGS) Growth Through Transformation (GTT) strategy.\nThis Open Framework will focus on the \u0027Decide\u0027 element of the target acquisition cycle (Sense-Decide-Effect); supporting ASGARD\u2019s goal of reinventing, and transforming, how land forces deliver operational decision-support and decision-making software via the use of modern Artificial Intelligence / Machine Learning (AI/ML) technologies. More information, including the final scope of this framework, will become available in the future publishing of the Tender Notice and associated Tender Documents (anticipated in Q3 of 2025).\nOver four (4) core years (with options to extend), the estimated value of this framework is estimated to be \u00a3180,000,000.00. This figure is purely indicative and is not a comittment to spend, and is subject to amendment prior to the publishing of the Tender Notice and associated Tender Documentation. \nThe MOD has duly considered the use of lots in this framework and has provided the details of proposed lots below. These lots, and the procurement process, will be suitable for Small to Medium Enterprises (SMEs) to bid for. Suppliers will be able to bid against multiple lots and, if successful, be awarded onto multiple. Please be aware that the MOD will not be providing additional time for Suppliers bidding onto multiple lots during the tender process.\nSupplier Feedback on Lots:\nSuppliers are invited to provide voluntary feedback on the lot names, number of places, and descriptions for the MODs consideration. If a Supplier is interested in providing feedback, they must do so by the 13th June 2025, at 17:00. Feedback must be limited to the lots and must be submitted via the MS Form provided, in Section 2 and Section 3 (LINK HAS NOW EXPIRED).\nPlease note that the MOD reserves the right to consider feedback and to alter, amend, or remove lots entirely on that basis. The final lots will be made clear in the Tender Notice and associated Tender Documents. \nSupplier Invitation to Market Engagement Conference:\nThe MOD is planning to hold a virtual Conference for prospective Suppliers to attend (no commitment to bid required to attend). The Market Engagement Conference shall take place on the 1 August 2025, 10:00 to 12:00 with links to attend at the top of the notice change section. To promote principles of equal treatment and transparency, this session will be recorded and can made available to Suppliers who request it or are unable to attend.\nThe Market Engagement Conference will include a brief introduction from the Project Team and a run through of the process from the Commercial Team. The intention of this session is three-fold, namely: (1) to explain how Suppliers, especially Small to Medium Enterprises (SMEs), can get involved in this opportunity, (2) to promote a common understanding of the program\u2019s goals, and (3) to set the behaviours that MOD and Suppliers can expect from each other.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "accessDetails": "All documents will be posted publicly on the Defence Sourcing Portal (DSP). New documents are to be kept minimal, however by example the Clarification Question (CQ) Log will be posted on the DSP.",
        "documentType": "biddingDocuments",
        "id": "future"
      },
      {
        "datePublished": "2025-08-19T11:48:25+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "049778-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/049778-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-08-27T17:00:00+01:00"
    },
    "expressionOfInterestDeadline": "2025-09-03T17:00:00+01:00",
    "id": "DDAI/010",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Software programming and consultancy services",
            "id": "72200000",
            "scheme": "CPV"
          },
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "description": "Software programming and consultancy services",
            "id": "72200000",
            "scheme": "CPV"
          },
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          }
        ],
        "id": "2",
        "relatedLot": "2"
      },
      {
        "additionalClassifications": [
          {
            "description": "Software programming and consultancy services",
            "id": "72200000",
            "scheme": "CPV"
          },
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          }
        ],
        "id": "3",
        "relatedLot": "3"
      },
      {
        "additionalClassifications": [
          {
            "description": "Software programming and consultancy services",
            "id": "72200000",
            "scheme": "CPV"
          },
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          }
        ],
        "id": "4",
        "relatedLot": "4"
      },
      {
        "additionalClassifications": [
          {
            "description": "Software programming and consultancy services",
            "id": "72200000",
            "scheme": "CPV"
          },
          {
            "description": "Data services",
            "id": "72300000",
            "scheme": "CPV"
          }
        ],
        "id": "5",
        "relatedLot": "5"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lotDetails": {
      "awardCriteriaDetails": "A Candidate may bid for, and be succesful against all lots. Candidates should beware that addittional time is not granted for those bidding against multiple lots."
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "This section of the Stage 1 COP will test:\n(1) Relevant Experience and Contract Examples, (2) Supply Chain, (3) Product Authenticity and Maturity 1, (4) Product Authenticity and Maturity 2, (5) Open and Modular Architecture.\nQuestion 1 is weighted at 20%, all other questions are weighted at 10%",
              "name": "Technical and Professional Ability",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "This section of the Stage 1 COP will test:\n(1) Collaborative by Nature, (2) Scalable by Design, (3) Land Industrial Strategy (LIS), (4) Commitment to Research and Development (R\u0026D).\nAll questions at this stage are weighted at 10%.",
              "name": "Additional Questions",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-11-13T23:59:59+00:00",
          "maxExtentDate": "2031-11-13T23:59:59+00:00",
          "startDate": "2025-11-13T00:00:00+00:00"
        },
        "description": "This lot focuses on advanced data integration capabilities beyond traditional Extract-Transform-Load or Extract-Load-Transform methods. Solutions should offer configurable connectors, orchestration tools, real-time ingestion, and metadata-driven management. Emphasis should be on reducing long-term integration costs and increasing operational transparency. Basic cloud storage and compute will be covered elsewhere; this lot covers higher-level functions like data validation, cataloguing, and lineage tracking. It will form the backbone for delivering trusted datasets supporting critical operations.",
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "48 \"Core Months\" with 2 x 12 \"Additional Months\". Commonly refferred to as (48+12+12). \nFor further clarity, the Framework may be opened at any point whilst the framework is open."
        },
        "secondStage": {
          "minimumCandidates": 7
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Cyber Essentials Plus, ISO9001: 2105 (Quality Management System). Both qualifications are required prior to Contract Award.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Data Integration",
        "value": {
          "amount": 180000000,
          "amountGross": 216000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "This section of the Stage 1 COP will test:\n(1) Relevant Experience and Contract Examples, (2) Supply Chain, (3) Product Authenticity and Maturity 1, (4) Product Authenticity and Maturity 2, (5) Open and Modular Architecture.\nQuestion 1 is weighted at 20%, all other questions are weighted at 10%",
              "name": "Technical and Professional Ability",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "This section of the Stage 1 COP will test:\n(1) Collaborative by Nature, (2) Scalable by Design, (3) Land Industrial Strategy (LIS), (4) Commitment to Research and Development (R\u0026D).\nAll questions at this stage are weighted at 10%.",
              "name": "Additional Questions",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-11-13T23:59:59+00:00",
          "maxExtentDate": "2031-11-13T23:59:59+00:00",
          "startDate": "2025-11-13T00:00:00+00:00"
        },
        "description": "This lot provides accelerators to enhance data-driven decision-making. Solutions should support model development, machine learning operations, synthetic data usage, and real-time inference. The focus is on reducing time-to-insight and improving operational efficiency. Foundational compute services are covered in other lots. This lot targets intelligent capabilities such as automated workflows, pre-trained models, and integration with operational systems.",
        "hasRenewal": true,
        "id": "2",
        "renewal": {
          "description": "48 \"Core Months\" with 2 x 12 \"Additional Months\". Commonly refferred to as (48+12+12). \nFor further clarity, the Framework may be opened at any point whilst the framework is open."
        },
        "secondStage": {
          "minimumCandidates": 14
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Cyber Essentials Plus, ISO9001: 2105 (Quality Management System). Both qualifications are required prior to Contract Award.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Accelerators",
        "value": {
          "amount": 180000000,
          "amountGross": 216000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "This section of the Stage 1 COP will test:\n(1) Relevant Experience and Contract Examples, (2) Supply Chain, (3) Product Authenticity and Maturity 1, (4) Product Authenticity and Maturity 2, (5) Open and Modular Architecture.\nQuestion 1 is weighted at 20%, all other questions are weighted at 10%",
              "name": "Technical and Professional Ability",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "This section of the Stage 1 COP will test:\n(1) Collaborative by Nature, (2) Scalable by Design, (3) Land Industrial Strategy (LIS), (4) Commitment to Research and Development (R\u0026D).\nAll questions at this stage are weighted at 10%.",
              "name": "Additional Questions",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-11-13T23:59:59+00:00",
          "maxExtentDate": "2031-11-13T23:59:59+00:00",
          "startDate": "2025-11-13T00:00:00+00:00"
        },
        "description": "This lot supports rapid development and management of enterprise-grade applications. Solutions should enable microservices, continuous integration and continuous delivery/deployment, observability, and secure deployments. Focus areas include fast delivery, scalability, and continuous innovation. Core infrastructure will be handled in other lots; this lot addresses platforms and services enabling mission-critical software to operate efficiently and securely across the enterprise.",
        "hasRenewal": true,
        "id": "3",
        "renewal": {
          "description": "48 \"Core Months\" with 2 x 12 \"Additional Months\". Commonly refferred to as (48+12+12). \nFor further clarity, the Framework may be opened at any point whilst the framework is open."
        },
        "secondStage": {
          "minimumCandidates": 7
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Cyber Essentials Plus, ISO9001: 2105 (Quality Management System). Both qualifications are required prior to Contract Award.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Applications",
        "value": {
          "amount": 180000000,
          "amountGross": 216000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "This section of the Stage 1 COP will test:\n(1) Relevant Experience and Contract Examples, (2) Supply Chain, (3) Product Authenticity and Maturity 1, (4) Product Authenticity and Maturity 2, (5) Open and Modular Architecture.\nQuestion 1 is weighted at 20%, all other questions are weighted at 10%",
              "name": "Technical and Professional Ability",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "This section of the Stage 1 COP will test:\n(1) Collaborative by Nature, (2) Scalable by Design, (3) Land Industrial Strategy (LIS), (4) Commitment to Research and Development (R\u0026D).\nAll questions at this stage are weighted at 10%.",
              "name": "Additional Questions",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-11-13T23:59:59+00:00",
          "maxExtentDate": "2031-11-13T23:59:59+00:00",
          "startDate": "2025-11-13T00:00:00+00:00"
        },
        "description": "This lot focuses on edge computing and local storage for real-time, low-latency data processing. Solutions should include containerized edge nodes, tiered storage, and resilient, secure connectivity. Emphasis is on supporting distributed environments with limited or intermittent connectivity. Centralized compute and storage will be addressed separately. This lot is essential for scalable, autonomous operations at the edge.",
        "hasRenewal": true,
        "id": "4",
        "renewal": {
          "description": "48 \"Core Months\" with 2 x 12 \"Additional Months\". Commonly refferred to as (48+12+12). \nFor further clarity, the Framework may be opened at any point whilst the framework is open."
        },
        "secondStage": {
          "minimumCandidates": 7
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Cyber Essentials Plus, ISO9001: 2105 (Quality Management System). Both qualifications are required prior to Contract Award.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Edge Storage and Compute",
        "value": {
          "amount": 180000000,
          "amountGross": 216000000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "This section of the Stage 1 COP will test:\n(1) Relevant Experience and Contract Examples, (2) Supply Chain, (3) Product Authenticity and Maturity 1, (4) Product Authenticity and Maturity 2, (5) Open and Modular Architecture.\nQuestion 1 is weighted at 20%, all other questions are weighted at 10%",
              "name": "Technical and Professional Ability",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "This section of the Stage 1 COP will test:\n(1) Collaborative by Nature, (2) Scalable by Design, (3) Land Industrial Strategy (LIS), (4) Commitment to Research and Development (R\u0026D).\nAll questions at this stage are weighted at 10%.",
              "name": "Additional Questions",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-11-13T23:59:59+00:00",
          "maxExtentDate": "2031-11-13T23:59:59+00:00",
          "startDate": "2025-11-13T00:00:00+00:00"
        },
        "description": "This lot includes expert services to support technology adoption and integration across all other lots. Offerings may include technical training, architecture consulting, synthetic data support, and proof-of-concept development. The goal is to reduce implementation risk and ensure technology choices are effective and well-informed. This lot is the enabler for maximizing ROI and building capability in a complex technology landscape.",
        "hasRenewal": true,
        "id": "5",
        "renewal": {
          "description": "48 \"Core Months\" with 2 x 12 \"Additional Months\". Commonly refferred to as (48+12+12). \nFor further clarity, the Framework may be opened at any point whilst the framework is open."
        },
        "secondStage": {
          "minimumCandidates": 7
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Cyber Essentials Plus, ISO9001: 2105 (Quality Management System). Both qualifications are required prior to Contract Award.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Services",
        "value": {
          "amount": 180000000,
          "amountGross": 216000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "participationFees": [
      {
        "description": "The Authority is considering the use of franchise agreements with Allied Nations. Further information on this will be made clear at the ITT stage.",
        "id": "ocds-h6vhtk-05245d",
        "relativeValue": {
          "monetaryValue": "award",
          "proportion": 0.02
        },
        "type": [
          "win"
        ]
      }
    ],
    "procedure": {
      "acceleratedRationale": "Qualifying planned procurement notice",
      "features": "The Digital Decisions Accelerators for Defence (DDAD), Open Framework will be a multi-supplier agreement that falls under the scope of the Procurement Act 2023 (PA23). \nThe MOD plans to run a streamlined two-stage competitive flexible procedure prior to awarding a fixed number of Supplier\u0027s against each Lot on the framework.\nThe Commercial Process for the DDAD Framework will have the following components:\n\u2022 Stage 1 - Condition of Participation (COP):\nProspective Candidates wishing to participate in this opportunity must submit a complete and compliant response to this opportunity on the Defence Sourcing Portal (DSP) before the deadline. The deadline for Candidates to submit their response is the 3 September 2025, at 17:00 BST.\nThis pre-qualification stage is focused on determining which Suppliers are technically capable and best suited to delivering the required services, and therefore, offer the most value to the MOD. \nThis stage will be broken down into the following scored sections (non scored questions have not been detailed here):\nTechnical and Professional Ability (60% Weighting).\n1. Relevant Experience and Contract Examples.\n2. Supply Chain.\n3. Product Authenticity and Maturity 1.\n4. Product Authenticity and Maturity 2.\n5. Open and Modular Architecture.\nAdditional Questions (40% Weighting).\n6. Collaborative by Nature.\n7. Scalable by Design.\n8. Land Industrial Strategy (LIS).\n9. Commitment to Research and Development (R\u0026D).\nQuestion 1 shall be weighted at 20%, whilst all other questions shall be weighted at 10% each. The MOD anticipates it will take through seven (7) Candidates per lot through to the next Stage, accept for the Accelerants lot where it intends to take through fourteen (14).  \nFor defintive clarity, the MOD will be using Stage 1 to down-select Candidates, and as such will only take approximately 42 Candidates through to the Stage 2. In reality this number may be slightly higher (in the event of tied scores) or lower (in the event of a singular Candidate being taken through for multiple lots. Further information is available within the guidance documents.\n\u2022 Stage 2 - Invitation To Tender (ITT):\nCandidates successful at Stage 1 will be invited to the next Stage in the procurement process. Stage 2 will be a more detailed, focussed, assessment of Suppliers\u0027 capabilities in response to a list of questions set by the MOD. Stage 2 will include:\n- 3 x Technical Questions (Scored)\n- 1 x Social Value (Scored)\n- 1 x 30 minute Presentation (Scored)\n- Financial Assessment (Scored)\nPlease note Stage 2 questions will be \u0027lot-specific\u0027 and, therfore, require different responses from Candidates wishing to bid against multiple lots. Candidates should be aware that no extra time is provided for those who wish to bid against multiple lots, albeit they are free to do so.\n\u2022 Stage 3 - Framework Award:\nCandidates with the Most Advantageous Tenders (MAT) at Stage 2 will be invited to sign the DDAD Framework Agreement and subsequently be awarded a place on the Framework. Candidates are required to sign the DDAD Framework Agreement before being awarded a place onto the Framework. All Candidates from Stage 2 will receive an assessment summary letter that explains their award or rejection based on their response to the ITT.\n\u2022 Stage 4 - Framework Call-Off:\nSuccessful Candidates from Stage 3 will be appointed a place on a lot within the Framework in readiness for the MOD to utilise (\"Call-Off\") via the running of a streamlined competitive process. It is up to the MOD, and with consideration to its unique requirements, in how they structure their competitive Call-Off process, however as a minimum this competition will feature a Financial and Social Value component. After a successful competition (as decided by the MOD), the MOD shall award work to the highest scoring Supplier(s).",
      "isAccelerated": true
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "specialRegime": [
      "defenceSecurity"
    ],
    "status": "active",
    "submissionMethodDetails": "The Defence Sourcing Portal (DSP) has been chosen as the designated e-Procurement tool for Defence. This opportunity will be hosted on the DSP and Candidates are required to submit their response on the DSP.\nThe DSP Project can be found on the below link:\nhttps://contracts.mod.uk/esop/toolkit/opportunity/current/list.si?reset=true\u0026resetstored=true\u0026_ncp=1755595655738.34104-1\nAnd by searching for the \"DDAD\" opportunity (Project ref.: 62151880)",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "buyerCategories": "Other Defence and closely related agencies.",
        "description": "This Framework is intended to operate as a route to market that offers innovation and scalability to the Authority. This framework will support succesful Suppliers in obtaining relevant security clearences and other required processes to allow them to interface with the Authority\u0027s processes. This has the effect of mitigating assumptions and estimates in responses.\nMechanically, the framework utilisation (\"Call-Off\") will be via the running of a streamlined competitive process. This may involve the Authority issuing a Problem Statement, Scenario, or Issue Identifier, and asking for responses from Suppliers in the lot. Responses will be scored (including a quality / price consideration) and work awarded to the highest scoring Supplier(s).\nThe DDAD framework is designed to cover various differing requirements across its multiple lots. Therefore, an overarching pricing and incentive model will not be placed over all lots.\nRather, the pricing and incentive mechanisms will be developed over time and agreed at the point of the Authority entering into a contract with a Supplier(s). This approach allows the tailoring of pricing and incentives to the exact nature of the goods, services or other works being sourced.\nIf the Authority decides to change this under a future re-opening of the framework, it shall duly contact Suppliers as a part of the process.",
        "isOpenFrameworkScheme": true,
        "method": "withReopeningCompetition",
        "openFrameworkSchemeEndDate": "2031-11-13T23:59:59+00:00",
        "type": "open"
      },
      "hasFrameworkAgreement": true
    },
    "title": "Digital Decision Accelerators for Defence (DDAD) Open Framework",
    "value": {
      "amount": 180000000,
      "amountGross": 216000000,
      "currency": "GBP"
    }
  }
}