Tender

Digital Decision Accelerators for Defence (DDAD) Open Framework

  • Ministry of Defence

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

Notice identifier: 2025/S 000-050927

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

Published 19 August 2025, 11:48am

Last edited 22 August 2025, 2:45pm

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

(2) Update to the Lot structure requiring Suppliers to select two (2) lots maximum. Timeline extension to allow for full consideration of updated change. 22 August 2025.

(1) Notice Publishing and mild amendment to formatting. 19 August 2025.

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

Maximum number of lots a supplier can bid for: 2

Maximum number of lots a supplier can be awarded: 2

Description of how multiple lots may be awarded:

A Candidate may bid for a maximum of two (2) lots and be succesful against both. Places on the lots shall be awarded by highest scoring responses.


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

8 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:

https://contracts.mod.uk/esop/ogc-host/public/mod/web/login.html

PLEASE NOTE: You must be signed into your DSP account, access the "PQQ Open to all Suppliers", and search 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

This table contains award criteria for this lot
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

Region: UKK15 - Wiltshire CC

Organisation type: Public authority - central government