Tender

Framework for Applied Science Technology Engineering Requirements (FASTER)

  • Met Office

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

Notice identifier: 2025/S 000-067355

Procurement identifier (OCID): ocds-h6vhtk-050b18 (view related notices)

Published 22 October 2025, 10:14am



Scope

Reference

DN772326

Description

FASTER will be a Framework up to the value of £57,000,000 including VAT. It will be an Open Framework. The plan will be to open up the Framework to any new entrants within the first 3 years of the Framework duration and is planned to be in place for up to 8 years (maximum).

FASTER will be the principal mechanism by which the Met Office seeks to secure skills and capacity from Industrial and Academic Institutions in support of the delivery of Met Office requirements relating to the application of weather and climate science.

FASTER aims to cover the use of scientific techniques and knowledge alongside technology solutions to explore and understand real world questions and challenges experienced by customers and end users of our weather and climate information and subsequently develop mitigation approaches and prototype solutions.

This link will take you to the opportunity in the Proactis E-Tendering System:

5https://procontract.due-north.com/Opportunities/Index?p=cca2f054-f21a-e711-80dd-005056b64545&v=2

Copy this URL and paste into the search engine

Commercial tool

Establishes an open framework

Total value (estimated)

  • £45,600,000 excluding VAT
  • £57,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2029
  • Possible extension to 31 March 2034
  • 8 years

Description of possible extension:

Met Office intends to re-open FASTER twice during the 8-year (maximum) life of the framework which is a new option available under PA23.

FASTER will be re-opened within the first 3-year period in line with the indicative timetable below:

Establishment of FASTER 1st April 2026

FASTER is reopened for the first time 1st September 2028

FASTER stage 2 Goes Live 1st April 2029

FASTER is reopened for the second time 1st September 2031

FASTER stage 3 Goes Live 1 April 2032

Framework Ceases 31 March 2034

**Noting that the framework re-opening procurement process time is estimated to be approx. 6 months.

The Open Framework will operate as follows:

Suppliers who are already on the Framework

1. A supplier on the existing framework will not be required to submit a new bid on the re-opening of the procurement (unless it opts to do so). However the supplier will be required to confirm that the original bid submitted is still valid including the PSQ and ITT information (in line with s.22 of the Act). If not, valid suppliers will be required to update and resubmit the relevant information for review at each Framework opening stage.

2. A supplier may submit a new bid for any of the Framework Lots it is not already on, which will be assessed with the other bids when the Framework re-opens.

3. A supplier can elect to be removed from existing Lots or the existing framework entirely.

4. A supplier has the opportunity to re-submit hourly rates if they want to remain on the framework, these will be evaluated in the same way as the process of gaining a place on the FASTER framework and the previous technical scores will be used unless a new bid is submitted. PQP will apply and a score of 6 or less will ensure the supplier remains on the framework.

New Suppliers to the Framework

If early market engagement is deemed appropriate a PME notice will be issued. A tender notice (UK:4) will be issued each time the Framework is opened (twice in the life of FASTER) and this will be linked to the unique identifier (UI) used in the Procurement of the original FASTER Framework within the Central Digital Platform (CPD).

Any new bids will be evaluated on the same basis as the original PSQ and Evaluation criteria (Technical, Commercial and Social Value) the same weightings and questions will apply. It is not anticipated that any changes to the evaluation criteria will be required in line with PA23 which states that there should be no substantial amendments to the award criteria.

Debarment checks will also be required in line with the original process.

FASTER will be live throughout any opening process. Once the re-opening process has been completed and awarded the second stage of FASTER will commence.

Main procurement category

Services

CPV classifications

  • 73100000 - Research and experimental development services
  • 73300000 - Design and execution of research and development

Contract locations

  • UK - United Kingdom

Lot constraints

Description of how multiple lots may be awarded:

Suppliers can bid for any number of Lots


Lot 1. Observations

Description

The ability to capture and process measurements of the physical, chemical, biological, and built environment, measured at a specific time

Lot value (estimated)

  • £45,600,000 excluding VAT
  • £57,000,000 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. Prediction and Projection

Description

The ability to simulate, emulate, predict or project physical, chemical or biological properties of the weather or climate environment system, within a given domain and context. Methods may include physical and/or data-driven approaches, and capabilities offered could support either a narrow or a broad range of weather or climate applications

Lot value (estimated)

  • £45,600,000 excluding VAT
  • £57,000,000 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. Post Processing and Analysis

Description

The ability to appropriately and transparently process and analyse observational, prediction and projection data (meteorological and associated non-meteorological), thereby transforming raw unprocessed data into information, which is more relevant, applicable and useable.

Lot value (estimated)

  • £45,600,000 excluding VAT
  • £57,000,000 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. Production & Customer Delivery

Description

The ability to support the creation and delivery of digital and advice-based weather and climate products and services. Taking processed meteorological and non-meteorological data and intelligence and applying this to user problems.

Lot value (estimated)

  • £45,600,000 excluding VAT
  • £57,000,000 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. Customer Experience

Description

The application of customer experience expertise and social science understanding to improve the accessibility and uptake of user-driven Met Office products and applications.

Lot value (estimated)

  • £45,600,000 excluding VAT
  • £57,000,000 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

Open framework scheme end date (estimated)

31 March 2034

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

Met Office intends to re-open FASTER twice during the 8-year (maximum) life of the framework which is a new option available under PA23.

FASTER will be re-opened within the first 3-year period in line with the indicative timetable below:

Establishment of FASTER 1st April 2026

FASTER is reopened for the first time 1st September 2028

FASTER stage 2 Goes Live 1st April 2029

FASTER is reopened for the second time 1st September 2031

FASTER stage 3 Goes Live 1 April 2032

Framework Ceases 31 March 2034

**Noting that the framework re-opening procurement process time is estimated to be approx. 6 months.

The Open Framework will operate as follows:

Suppliers who are already on the Framework

1. A supplier on the existing framework will not be required to submit a new bid on the re-opening of the procurement (unless it opts to do so). However the supplier will be required to confirm that the original bid submitted is still valid including the PSQ and ITT information (in line with s.22 of the Act). If not, valid suppliers will be required to update and resubmit the relevant information for review at each Framework opening stage.

2. A supplier may submit a new bid for any of the Framework Lots it is not already on, which will be assessed with the other bids when the Framework re-opens.

3. A supplier can elect to be removed from existing Lots or the existing framework entirely.

4. A supplier has the opportunity to re-submit hourly rates if they want to remain on the framework, these will be evaluated in the same way as the process of gaining a place on the FASTER framework and the previous technical scores will be used unless a new bid is submitted. PQP will apply and a score of 6 or less will ensure the supplier remains on the framework.

New Suppliers to the Framework

If early market engagement is deemed appropriate a PME notice will be issued. A tender notice (UK:4) will be issued each time the Framework is opened (twice in the life of FASTER) and this will be linked to the unique identifier (UI) used in the Procurement of the original FASTER Framework within the Central Digital Platform (CPD).

Any new bids will be evaluated on the same basis as the original PSQ and Evaluation criteria (Technical, Commercial and Social Value) the same weightings and questions will apply. It is not anticipated that any changes to the evaluation criteria will be required in line with PA23 which states that there should be no substantial amendments to the award criteria.

Debarment checks will also be required in line with the original process.

FASTER will be live throughout any opening process. Once the re-opening process has been completed and awarded the second stage of FASTER will commence.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

Lot 1. Observations

Lot 2. Prediction and Projection

Lot 3. Post Processing and Analysis

Lot 4. Production & Customer Delivery

Lot 5. Customer Experience

See PSQ

Technical ability conditions of participation

Lot 1. Observations

Lot 2. Prediction and Projection

Lot 3. Post Processing and Analysis

Lot 4. Production & Customer Delivery

Lot 5. Customer Experience

Technical ability is covered in the tender

Particular suitability

Lot 1. Observations

Lot 2. Prediction and Projection

Lot 3. Post Processing and Analysis

Lot 4. Production & Customer Delivery

Lot 5. Customer Experience

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

21 November 2025, 12:00pm

Tender submission deadline

3 December 2025, 12:00pm

Submission address and any special instructions

Tenders must be submitted through the Proactis/ProContract tendering portal. Tender documents can also be found here:

https://procontract.due-north.com/Opportunities/Index?tabName=opportunities&resetFilter=True

Select Met Office portal on the top left hand side of the screen and then look for the FASTER opportunity. Click on this express your interest and you will be able to acess the tender documents.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 April 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 September 2028


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Technical Competence Quality 30%
Approach to Delivery Quality 30%
Contract Management and Managing Risk Quality 15%
Driving efficiencies in contracts Quality 15%
Social Value MAC 4b Quality 5%
Social Value MAC 8a Quality 5%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Met Office

  • Public Procurement Organisation Number: PVZW-3234-DTLY

Met Office

Exeter

EX1 3PB

United Kingdom

Region: UKK43 - Devon CC

Organisation type: Public authority - central government