Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK2

Project UBIQUITY

  • First published: 27 May 2025
  • Last modified: 27 May 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0518da
Published by:
Defence Equipment and Support
Authority ID:
AA79956
Publication date:
27 May 2025
Deadline date:
13 June 2025
Notice type:
UK2
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Project UBIQUITY: System Integrator Preliminary Market Engagement Notice1. Introduction. The Authority is inviting expressions of interest from industry to provide a ‘System Integrator’ (SI) Role for Project UBIQUITY.2. Overview. Project UBIQUITY is to provide an evolving Radio Frequency (RF) transceiver capability through iterative spirals, initially focussing on multi-domain hardware to provide the End User a platform which allows for future growth.3. UBIQUITY spirals are all beholden to the Standards for Integrated C5ISR/EW Systems (STICS), where the key driver is the adoption of the Open Component Portability Infrastructure (OpenCPI) software standard to ensure efficiency and coherency across the fleet, focussing on delivering a minimal training burden for the End User.4. The SI is a key element of Project UBIQUITY, providing a single interface to enable the design, development and integration of all elements of the Project. The SI shall also be responsible for ongoing In-Service support and management.5. The SI Role is notably to utilise industry SQEP to facilitate technical discussions with the Authority on suggested designs to meet the System Requirement Specification. Upon agreement of design, the SI shall liaise with the Authority who shall be utilising a Crown Commercial Services (CCS) Framework Agreement (RM6393); which shall be managed and maintained by the Authority, to support Authority competitions to select the best of breed components that meet the agreed design. However, if the CCS Framework Agreement is deemed an unsuitable route, the SI may be asked to source the best of breed components on the Authorities behalf. Both routes will be assessed on a case-by-case basis dependent on the requirement being delivered. 6. Roles and Responsibilities. To provide some context to what is required from the SI, Roles and Responsibilities (R&R) have been created that describe the top-level expectations to be delivered throughout the life of the Contract. The R&R will grow, and a full breakdown will be provided upon application of Invitation to Tender (ITT) stage:a. System Requirements Finalisation. Assist the Authority in finalising Measures of Performance within the project System Requirements Document (SRD) to ensure they are valid and also consider future technical advancements.b. System Design and Delivery. Generate technical designs and assessments based on the generated SRD (as per para 5.a.). Additionally, overarching responsibility for capability delivery and the Through Life Support against spiral requirements is also a key aspect of the SI.c. Requirements Tracking. Whether from End User input or Spiral feedback, future Spiral Requirements will be improved from feedback on previous iterations. The SI is required to help inform these discussions when applicable.d. Contract an Enabler. Set up, manage, and maintain an independent company (also known as the ‘Enabler’) who is able to integrate commercially sensitive aspects within the System Solution. See Para 6 for more information.e. Integration. Platform Integration across multiple domains is necessary to ensure seamless connectivity physically between Platforms and the System Solution.f. Resource Management. Set up, manage, and maintain a Core Support Project Team to provide a baseline resource. Additionally, be able to generate a ‘surge’ team on a Spiral Specific basis to care for specific needs as and when they are required. In each team, appropriate Suitably Qualified and Experienced Personnel (SQEP) must be maintained.7. Enabler. Whether subcontracted, part of a consortium, or through alternate means, a separate entity must be contracted by the SI to deliver software, firmware or other integration of sensitive information / source code. Determined as the ‘Enabler’ role, at minimum this company must:a. Hold & maintain Facilities Security Clearance (FSC) & appropriate SQEP for the duration of the contract.b. Have no linkage (parent or subsidiary) to the SI.c. Be

Full notice text

Scope

Procurement reference

714306450

Procurement description

Project UBIQUITY: System Integrator Preliminary Market Engagement Notice

1. Introduction. The Authority is inviting expressions of interest from industry to provide a ‘System Integrator’ (SI) Role for Project UBIQUITY.

2. Overview. Project UBIQUITY is to provide an evolving Radio Frequency (RF) transceiver capability through iterative spirals, initially focussing on multi-domain hardware to provide the End User a platform which allows for future growth.

3. UBIQUITY spirals are all beholden to the Standards for Integrated C5ISR/EW Systems (STICS), where the key driver is the adoption of the Open Component Portability Infrastructure (OpenCPI) software standard to ensure efficiency and coherency across the fleet, focussing on delivering a minimal training burden for the End User.

4. The SI is a key element of Project UBIQUITY, providing a single interface to enable the design, development and integration of all elements of the Project. The SI shall also be responsible for ongoing In-Service support and management.

5. The SI Role is notably to utilise industry SQEP to facilitate technical discussions with the Authority on suggested designs to meet the System Requirement Specification. Upon agreement of design, the SI shall liaise with the Authority who shall be utilising a Crown Commercial Services (CCS) Framework Agreement (RM6393); which shall be managed and maintained by the Authority, to support Authority competitions to select the best of breed components that meet the agreed design. However, if the CCS Framework Agreement is deemed an unsuitable route, the SI may be asked to source the best of breed components on the Authorities behalf. Both routes will be assessed on a case-by-case basis dependent on the requirement being delivered.

6. Roles and Responsibilities. To provide some context to what is required from the SI, Roles and Responsibilities (R&R) have been created that describe the top-level expectations to be delivered throughout the life of the Contract. The R&R will grow, and a full breakdown will be provided upon application of Invitation to Tender (ITT) stage:

a. System Requirements Finalisation. Assist the Authority in finalising Measures of Performance within the project System Requirements Document (SRD) to ensure they are valid and also consider future technical advancements.

b. System Design and Delivery. Generate technical designs and assessments based on the generated SRD (as per para 5.a.). Additionally, overarching responsibility for capability delivery and the Through Life Support against spiral requirements is also a key aspect of the SI.

c. Requirements Tracking. Whether from End User input or Spiral feedback, future Spiral Requirements will be improved from feedback on previous iterations. The SI is required to help inform these discussions when applicable.

d. Contract an Enabler. Set up, manage, and maintain an independent company (also known as the ‘Enabler’) who is able to integrate commercially sensitive aspects within the System Solution. See Para 6 for more information.

e. Integration. Platform Integration across multiple domains is necessary to ensure seamless connectivity physically between Platforms and the System Solution.

f. Resource Management. Set up, manage, and maintain a Core Support Project Team to provide a baseline resource. Additionally, be able to generate a ‘surge’ team on a Spiral Specific basis to care for specific needs as and when they are required. In each team, appropriate Suitably Qualified and Experienced Personnel (SQEP) must be maintained.

7. Enabler. Whether subcontracted, part of a consortium, or through alternate means, a separate entity must be contracted by the SI to deliver software, firmware or other integration of sensitive information / source code. Determined as the ‘Enabler’ role, at minimum this company must:

a. Hold & maintain Facilities Security Clearance (FSC) & appropriate SQEP for the duration of the contract.

b. Have no linkage (parent or subsidiary) to the SI.

c. Be independent from the SI.

8. Security Measures. The SI Role must hold and maintain (FSC) for the duration of the Contract.

9. Procurement Procedure. The Authority intends to follow the principles of the Competitive Flexible Procedure under the new Procurement Act 2023, that went live on 24 Feb 25. Utilising this Procedure will allow for a multi-staged Tender process.

10. A Procurement Specific Questionnaire (PSQ) (previously known as a Pre-Qualification Questionnaire (PQQ)), is intended to be issued by the Authority in Q2 of FY 25/26. This PSQ will enable the Authority to down select a number of suppliers to invite to Tender. The PSQ will be published with a marking scheme against all questions, including mandatory pass/fail.

11. Market Engagement. An Industry Day will be held post PSQ responses where the Authority will be providing additional Project information prior to ITT issue. The indicative Contract Award date for this Project is Q2 of FY26/27, this is subject to change and approvals.

RM6393 Find a Tender Notice: https://www.find-tender.service.gov.uk/Notice/013811-2025

Main category

Services

Delivery regions

  • UK - United Kingdom

Contract dates (estimated)

31 August 2026, 00:00AM to 31 March 2029, 23:59PM

Extension end date (if all the extensions are used): 31 March 2031

Contracting authority

Defence Equipment and Support

Identification register:

  • GB-PPON

Address 1: MOD Abbey Wood

Town/City: Bristol

Postcode: BS34 8JH

Country: United Kingdom

Website: https://www.gov.uk/government/organisations/defence-equipment-and-support

Public Procurement Organisation Number: PVRL-5831-GLMM

NUTS code: UKK12

Email: DESIBOC-UBIQUITY@mod.gov.uk

Organisation type: Public authority - central government

Procedure

Is the total value above threshold?

Above threshold

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 72227000 - Software integration consultancy services
  • 72228000 - Hardware integration consultancy services
  • 73410000 - Military research and technology
  • 73426000 - Development of military electronic systems
  • 73431000 - Test and evaluation of security equipment
  • 73436000 - Test and evaluation of military electronic systems

Delivery regions

  • UK - United Kingdom

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

31 August 2026, 00:00AM

Contract end date (estimated)

31 March 2029, 23:59PM

Extension end date (estimated)

31 March 2031, 23:59PM

Can the contract be extended?

Yes

Engagement

Engagement process description

Procurement Specific Questionnaire shall be released in June 2025 ending the Engagement Period.

Due date

13 June 2025, 23:59PM

Has the engagement period already ended?

No

Submission

Publication date of tender notice (estimated)

13 June 2025

Coding

Commodity categories

ID Title Parent category
73426000 Development of military electronic systems Pre-feasibility study and technological demonstration
72228000 Hardware integration consultancy services Systems and technical consultancy services
73410000 Military research and technology Research and Development services on security and defence materials
72227000 Software integration consultancy services Systems and technical consultancy services
73436000 Test and evaluation of military electronic systems Test and evaluation
73431000 Test and evaluation of security equipment Test and evaluation

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.