Scope
Reference
DDAI/010
Description
The Ministry of Defence (MOD) is launching 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, is available in the Tender documents accesible via the Defense Sorucing Portal (DSP)
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.
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)
- 13 November 2025 to 13 November 2029
- Possible extension to 13 November 2031
- 6 years, 1 day
Description of possible extension:
48 "Core Months" with 2 x 12 "Additional Months". Commonly refferred to as (48+12+12).
For further clarity, the Framework may be opened at any point whilst the framework is open.
Main procurement category
Services
CPV classifications
- 72200000 - Software programming and consultancy services
- 72300000 - Data services
Lot constraints
Description of how multiple lots may be awarded:
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.
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)
- £180,000,000 excluding VAT
- £216,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications 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)
- £180,000,000 excluding VAT
- £216,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications 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)
- £180,000,000 excluding VAT
- £216,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications 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)
- £180,000,000 excluding VAT
- £216,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications 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)
- £180,000,000 excluding VAT
- £216,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Open framework scheme end date (estimated)
13 November 2031
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
2%
Further information about fees
The Authority is considering the use of franchise agreements with Allied Nations. Further information on this will be made clear at the ITT stage.
Framework operation 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's processes. This has the effect of mitigating assumptions and estimates in responses.
Mechanically, 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).
The 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.
Rather, 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.
If 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.
Award method when using the framework
With competition
Contracting authorities that may use the framework
Other Defence and closely related agencies.
Participation
Technical ability conditions of participation
Lot 1. Data Integration
Lot 2. Accelerators
Lot 3. Applications
Lot 4. Edge Storage and Compute
Lot 5. Services
Cyber Essentials Plus, ISO9001: 2105 (Quality Management System). Both qualifications are required prior to Contract Award.
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
Enquiry deadline
27 August 2025, 5:00pm
Submission type
Requests to participate
Deadline for requests to participate
3 September 2025, 5:00pm
Submission address and any special instructions
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.
The DSP Project can be found on the below link:
And by searching for the "DDAD" opportunity (Project ref.: 62151880)
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Lot 1. Data Integration
Lot 3. Applications
Lot 4. Edge Storage and Compute
Lot 5. Services
Minimum 7 suppliers
Lot 2. Accelerators
Minimum 14 suppliers
Award decision date (estimated)
13 November 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical and Professional Ability | This section of the Stage 1 COP will test: (1) Relevant Experience and Contract Examples, (2) Supply Chain, (3) Product Authenticity and Maturity 1, (4) Product Authenticity and Maturity 2, (5) Open... |
Quality | 60% |
Additional Questions | This section of the Stage 1 COP will test: (1) Collaborative by Nature, (2) Scalable by Design, (3) Land Industrial Strategy (LIS), (4) Commitment to Research and Development (R&D). All questions at... |
Quality | 40% |
Other information
Payment terms
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.
Rather, 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.
If 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.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Defence and security
Competitive flexible procedure description
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).
The MOD plans to run a streamlined two-stage competitive flexible procedure prior to 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):
Prospective 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.
This 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.
This stage will be broken down into the following scored sections (non scored questions have not been detailed here):
Technical and Professional Ability (60% Weighting).
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.
Additional Questions (40% Weighting).
6. Collaborative by Nature.
7. Scalable by Design.
8. Land Industrial Strategy (LIS).
9. Commitment to Research and Development (R&D).
Question 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).
For 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.
• Stage 2 - Invitation To Tender (ITT):
Candidates 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:
- 3 x Technical Questions (Scored)
- 1 x Social Value (Scored)
- 1 x 30 minute Presentation (Scored)
- Financial Assessment (Scored)
Please note Stage 2 questions will be 'lot-specific' 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.
• Stage 3 - Framework Award:
Candidates 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.
• Stage 4 - Framework Call-Off:
Successful 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).
Reduced tendering period
Yes
Qualifying planned procurement notice - minimum 10 days
Documents
Documents to be provided after the tender notice
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.
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: ASGARD Commercial Lead
Email: Luke.morgan143@mod.gov.uk
Website: https://www.gov.uk/government/organisations/ministry-of-defence
Region: UKK15 - Wiltshire CC
Organisation type: Public authority - central government