Tender

RAF Raven Systems Integrator

  • Ministry of Defence

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

Notice identifier: 2025/S 000-047738

Procurement identifier (OCID): ocds-h6vhtk-05460b (view related notices)

Published 11 August 2025, 3:56pm



Scope

Reference

715017452

Description

RAVEN is a secure, deployable communications platform that is critical for the projection of modern Air Power and is vital for the enablement of Agile Combat Employment (ACE).

The Delivery Team is looking for an SI who has experience in providing support for the day-to-day operations of Defence CIS as well as Service Management.

Total value (estimated)

  • £32,000,000 excluding VAT
  • £38,400,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 2 February 2026 to 31 January 2028
  • Possible extension to 31 January 2031
  • 4 years, 11 months, 27 days

Description of possible extension:

Optional extensions of 1 year plus 1 year plus 1 year.

Options

The right to additional purchases while the contract is valid.

Optional extension years may be exercised by the Authority.

Main procurement category

Services

CPV classifications

  • 75221000 - Military defence services

Contract locations

  • UK - United Kingdom

Participation

This procurement is reserved for

Supported employment providers

Legal and financial capacity conditions of participation

Financial assessment to be carried out.

Technical ability conditions of participation

Qualification Envelope - Pass/Fail questions.

Technical Envelope - Scored and Pass/Fail questions.

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

1 September 2025, 4:00pm

Submission type

Requests to participate

Deadline for requests to participate

11 September 2025, 4:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

6 suppliers

Selection criteria:

Qualification Envelope. PASS / FAIL questions which must be passed by the Potential Provider in order to progress to the Technical Envelope (except where the Authority has discretion not to fail the Potential Provider).

Technical Envelope Scored and Pass/Fail. Those Potential Providers who are successful in the Stage 1 evaluation will then be taken forward into the Stage 2 evaluation where their capability will be assessed using a series of PASS/FAIL and weighted questions which include a scoring regime across a range of weighted criteria. An individual weighted score is calculated for each question by dividing the appropriate score allocated to the Potential Provider by 100 and multiplying by the question weighting. A total weighted score is then calculated by adding together the entire individual question weighted scores for the Potential Provider.

The Top six (6) highest scoring applicants will be invited to Tender.

Award decision date (estimated)

19 January 2026


Award criteria

This table displays the award criteria of the lot
Name Description Type
Value for Money (VfM) Index (Non-cost score / Price (£NPV)

Tender evaluation will be based on Value for Money (VfM) Index. This approach divides the total score of the non-cost (quality/technical) criteria by the tender cost. It ranks tenders on the quality...

Price

Weighting description

Value for Money (VfM) Index (Non-cost score / Price (£NPV)


Other information

Payment terms

No later than 30 days from receipt of valid undisputed invoice.

Description of risks to contract performance

The Key Performance Indicators (KPIs) linked to Operational Support and are Project Based:

Operational Support includes KPIs within DEFFORM 47 ITT document, Schedule 2 - Statement of Requirements - based on point (3) and the SLA/KPI breakdown table within this section. These specific SLA/KPIs are tailored to the services required that the Potential Provider shall be required to achieve. For further details, please refer to Annex E Key Performance Indicators.

Project Based - Each project will have KPIs that are tailored and bespoke to the specific service, that will be continuously assessed and tailored to suit the specific requirement of each project. This will ensure that the KPIs accurately reflect the unique objectives and deliverables of each project. For further details, please refer to Annex Key Performance Indicators.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Defence and security

Competitive flexible procedure description

Suppliers are required to register on the DSP and then complete the Procurement Specific Questionnaire (PSQ). The submission received within the timelines outlined in the PSQ documents will be evaluated and the top 6 highest scoring applicants will be invited to Tender.


Documents

Documents to be provided after the tender notice

Applicants will need to register on the DSP and to this opportunity. Applicants will be required to complete the sections within the PSQ and then submit their response.


Contracting authority

Ministry of Defence

  • Public Procurement Organisation Number: PHVX-4316-ZVGZ

HQ Air Command, RAF High Wycombe

Buckinghamshire

HP14 4UE

United Kingdom

Region: UKJ13 - Buckinghamshire CC

Organisation type: Public authority - central government