Tender

Replacement Secondary Submarine Radar and Support

  • Defence Equipment and Support

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-037920

Procurement identifier (OCID): ocds-h6vhtk-0544ad (view related notices)

Published 7 July 2025, 3:24pm



Scope

Reference

714887454

Description

The current SSR is a portable Commercial OFF The Shelf (COTS) radar that is deployed when the submarine has surfaced, carried to the bridge fin by the crew, clamped to the boat structure, plugged into a vessel power socket and operated. The SSR operates as a second radar or as a backup, should the primary radar fail. It is used to detect the whereabouts of other surface objects and coastlines and is of particular importance when the vessel is approaching or leaving harbour, or in busy shipping areas.

The SSR equipment is stored within the submarine when not in use and deployed to the bridge fin when surfaced through a bespoke carriage solution. Currently, this is a bag and pulley system for the carriage and modified COTS mounts for attachment of the radome and display to the vessel mast/structure respectively.

The current and previous SSR solutions were subject to high failure rates.

The requirement is the delivery of a more innovative solution that addresses availability issues and aligns better with platform environmental requirements, including electromagnetic compatibility and toxicity. The capability is required for a period of 5 years (estimated) - this is anticipated as a timescale of 6-months for replacement from contract award / commencement of contract, followed by 4.5 years of support.

Total value (estimated)

  • £800,000 excluding VAT
  • £960,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 13 October 2025 to 12 October 2030
  • 5 years

Main procurement category

Works

CPV classifications

  • 35722000 - Radar
  • 45223400 - Radar station construction work

Contract locations

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

Details included within Procurement Specific Questionnaire.

Technical ability conditions of participation

Details included within Procurement Specific Questionnaire.

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

11 July 2025, 12:00pm

Submission type

Requests to participate

Deadline for requests to participate

18 July 2025, 12:00pm

Submission address and any special instructions

PSQ responses should be submitted using the DSP by the deadline. Responses submitted via any other medium will not be accepted or considered.

https://www.contracts.mod.uk/

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

29 September 2025


Award criteria

This table displays the award criteria of the lot
Name Description Type
Technical

Weightings will be set out in the associated tender documents.

Quality
Commercial

Weightings will be set out in the associated tender documents.

Quality
Financial

Weightings will be set out in the associated tender documents.

Price

Weighting description

Evaluation will calculate the Most Advantageous Tender (MAT) to The Authority. Full details to be set out included in the associated tender documents.


Other information

Payment terms

All payments will be made through the Authority's Contracting, Purchasing & Finance (CP&F) system (Exostar) and will be in accordance with future contractual arrangements.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

This procurement will follow a two stage competitive flexible procedure.

Stage One. The Authority will carry out a Procurement Specific Questionnaire (PSQ) as the first stage - evaluating suppliers on conditions of participation through combination of aspects including qualification & technical questions & an assessment of excludable suppliers, connected persons or sub-contractors in accordance with PA 2023.

Stage Two. At the second stage, the Authority will issue an Invitation to Tender (ITT) to the qualifying bidders. inviting submission of tenders. Award criteria and tender evaluation will be published in the DSP with the ITT

Summary of the stages of the procurement & are as follows:

1. Preliminary market engagement (This has been completed).

2. Publish UK4 tender notice.

3. Publish PSQ / requests to participate.

4. Receive PSQ / requests to participate; carry-out assesement and evaluation of submissions against set criteria - conditions of participation.

5. Invite qualifying bidders to tender by issuing the invitation to tender. (Inform non-qualifying bdders who will not be invited to tender).

6. (Tendering period) Receive tenders.

7. Evaluate tenders against the award criteria and determine the most advantageous tender.

8. Inform bidders of the outcome and issue assessment summaries.

9. Publish the contract award notice (triggering the mandatory or voluntary standstill where appropriate).

10. Following completion of standstill, enter into the contract with the winning bidder.

11. Publish the contract details notice and (if required) a copy of the contract

The Authority reserves the right to cancel the competition at any stage with no liability for bidder/tenderer costs and expenses.


Documents

Associated tender documents

20250616-SSR_Market Engagement Event-OS.pdf

Preliminary Market Engagement Event

Documents to be provided after the tender notice

Procurement Specific Questionnaire via https://www.contracts.mod.uk/


Contracting authority

Defence Equipment and Support

  • Public Procurement Organisation Number: PVRL-5831-GLMM

MOD Abbey Wood

Bristol

BS34 8JH

United Kingdom

Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Organisation type: Public authority - central government