Planning

DDAI/010 Digital Decision Accelerators for Defence (DDAD) Open Framework

  • Ministry of Defence

UK3: Planned procurement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-029722

Procurement identifier (OCID): ocds-h6vhtk-05245d (view related notices)

Published 4 June 2025, 9:55am

Last edited 4 June 2025, 10:08am

Show all versions Hide all versions


This is an old version of this notice. View the latest version.

Scope

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 here: https://forms.office.com/e/GXyHunmrt9).

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 Bidders Conference:

The MOD is planning to hold a virtual Bidders Conference for prospective Suppliers to attend (no commitment to bid required to attend). A date has not yet been confirmed for this event; however, the MOD will endeavour to provide as much notice as possible and in any event more than two (2) weeks. 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 Bidders 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.

While a date is not confirmed for the Bidders Conference, should your organisation wish to attend please complete the MS Form, Section 1, so that the MOD may contact you once a date is confirmed (Link here: https://forms.office.com/e/GXyHunmrt9).

Commercial tool

Establishes an open framework

Total value (estimated)

  • £180,000,000 excluding VAT
  • £216,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 21 October 2025 to 20 October 2029
  • 4 years

Main procurement category

Services

CPV classifications

  • 72200000 - Software programming and consultancy services
  • 72300000 - Data services
  • 73110000 - Research services

Contract locations

  • UK - United Kingdom

Lot 1. Data Integration

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 value (estimated)

  • £1 excluding VAT
  • £1 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Accelerators

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 value (estimated)

  • £1 excluding VAT
  • £1 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Applications

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 value (estimated)

  • £1 excluding VAT
  • £1 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Edge Storage and Compute

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 value (estimated)

  • £1 excluding VAT
  • £1 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Services

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 value (estimated)

  • £1 excluding VAT
  • £1 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Lot 1. Data Integration

Lot 2. Accelerators

Lot 3. Applications

Lot 4. Edge Storage and Compute

Lot 5. Services

Small and medium-sized enterprises (SME)


Submission

Publication date of tender notice (estimated)

18 July 2025

Submission type

Tenders

Tender submission deadline

1 August 2025, 11:59pm

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

20 October 2025


Procedure

Procedure type

Competitive flexible procedure

Special regime

Defence and security

Competitive flexible procedure description

This 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). The MOD intends to run a streamlined two-stage competitive tendering procedure before awarding a fixed number of Supplier's against each Lot on the framework.

The Commercial Process for the DDAD Framework will have the following components:

• Stage 1 - Condition of Participation (COP):

Suppliers wishing to participate in this opportunity must submit a complete and compliant response to the Tender Notice before the deadline (this deadline will be clearly stated in the Tender Notice and Tender Documentation once it is available). This pre-qualification stage will be focused on determining which Suppliers are best capable of delivering the required services, and therefore offer the most value to the MOD. This stage will be broken down into the following sections (Question categories subject to change):

- Your Information (Information Only)

- Your Bidding Model (Information Only)

- Exclusion Grounds (Pass / Fail)

- Discretionary Exclusion Grounds (Pass / Fail)

- Technical Ability (Scored)

- Additional Questions (Scored)

To ensure transparency, the MOD will be using Stage 1 to down-select Suppliers, and as such will only take a fixed number of Suppliers to the next stage (the number of Suppliers being taken through will be clearly stated in the Tender Notice and Tender Documentation once it is available).

• Stage 2 - Invitation To Tender (ITT):

Suppliers who are 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' capabilities in response to a list of questions set by the MOD. Stage 2 will include:

- Technical Questions (Scored)

- Social Value (Scored)

- Presentation (Scored)

- Financial Assessment (Scored)

Please note at Stage 2 the questions will be lot-specific and require different responses from Suppliers. Suppliers should be aware that no extra time is provided for Suppliers who are wishing to bid against multiple lots, albeit they are free to do so and will be scored separately.

• Stage 3 - Framework Award:

Suppliers 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. Parties are required to sign the DDAD Framework Agreement before being awarded a place onto the Framework. All Suppliers from Stage 2 will receive an assessment summary letter that explains their award or rejection based on their response to the ITT.

• Stage 4 - Framework Call-Off:

Successful Suppliers 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).

IMPORTANT - Every effort has been made to ensure the accuracy of the information in this notice and is based on the latest information available at this time. However, all information provided in this notice may be subject to change prior to the launching of this Tender Notice. Any change(s) will be clearly identified in the Tender Notice.

Reduced tendering period

Yes

Qualifying planned procurement notice - minimum 10 days


Documents

Documents to be provided after the tender notice

Tender Documents will be provided electronically at the same time of the Tender Notice.


Contracting authority

Ministry of Defence

  • Public Procurement Organisation Number: PHVX-4316-ZVGZ

MOD Corsham, Building 405, B2, Westwells Road,

Corsham

SN13 9NR

United Kingdom

Contact name: Luke Morgan

Email: Luke.morgan143@mod.gov.uk

Region: UKK15 - Wiltshire CC

Organisation type: Public authority - central government