Skip to main content

Ai Defence Journal Tender Notice

Tender Alert: MOD Digital Decision Accelerators for Defence (DDAD) Open Framework

The Ministry of Defence (MOD) is launching the "Digital Decision Accelerators for Defence (DDAD) Open Framework" – a significant procurement initiative designed to foster the development and acceleration of advanced digital decision-making capabilities within the Defence and Security sector.
 |  Ai Defence Intelligence  |  Insights

1. Executive Summary

This Open Framework serves as the primary delivery mechanism for ASGARD, the British Army's flagship Transformative Capability Initiative (TCI), directly supporting the Chief of General Staff's (CGS) Growth Through Transformation (GTT) strategy. The framework, estimated at £180,000,000 (excluding VAT) over four core years with potential extensions to six years, focuses on the "Decide" element of the target acquisition cycle by leveraging modern Artificial Intelligence / Machine Learning (AI/ML) technologies. It is structured into five distinct lots, with a strong emphasis on encouraging participation from Small to Medium Enterprises (SMEs).

2. Key Objectives and Strategic Alignment

  • Transforming Operational Decision-Support: The core objective is to "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."
  • ASGARD Delivery Mechanism: The DDAD Open Framework is explicitly stated to "operate as the main delivery mechanism for ASGARD; the British Army's flagship Transformative Capability Initiative (TCI)."
  • Support for CGS Growth Through Transformation (GTT): This project is a "central part of the Chief of General Staff's (CGS) Growth Through Transformation (GTT) strategy."
  • Focus on 'Decide' Element: The framework will "focus on the 'Decide' element of the target acquisition cycle (Sense-Decide-Effect)," indicating a specific scope within military operations.

3. Framework Structure and Key Features

  • Open Framework: 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 and aims to foster continuous innovation and new supplier entry.
  • Estimated Value & Duration:Value: £180,000,000 (excluding VAT) / £216,000,000 (including VAT). This figure is "purely indicative and is not a comittment to spend."
  • Core Duration: 13 November 2025 to 13 November 2029 (4 years).
  • Possible Extension: Up to 13 November 2031 (total 6 years, 1 day), described as "48 'Core Months' with 2 x 12 'Additional Months' (48+12+12)."
  • Supplier Participation:Maximum Lots to Bid For: 2
  • Maximum Lots to be Awarded: 2
  • SME Friendly: The procurement process and lot structure are "suitable for Small to Medium Enterprises (SMEs) to bid for."
  • Unlimited Suppliers: The framework allows for an "Unlimited" maximum number of suppliers.
  • Commercial Tool: Establishes "a series of frameworks with substantially the same terms. Awarded suppliers are carried over and new suppliers can bid."
  • Framework Operation: Designed as "a route to market that offers innovation and scalability to the Authority." It will support successful suppliers in obtaining "relevant security clearences and other required processes."
  • Call-Off Mechanism: Utilisation ("Call-Off") will occur "via the running of a streamlined competitive process," which may involve "issuing a Problem Statement, Scenario, or Issue Identifier" and seeking responses.

4. Lot Structure (5 Lots)

All lots share the same estimated value (£180,000,000 excluding VAT) and contract dates/CPV classifications as the overall framework. Suppliers can bid for and be awarded a maximum of two lots.

  • Lot 1: Data IntegrationFocus: "Advanced data integration capabilities beyond traditional Extract-Transform-Load or Extract-Load-Transform methods."
  • Key Solutions: Configurable connectors, orchestration tools, real-time ingestion, metadata-driven management.
  • Emphasis: Reducing long-term integration costs, increasing operational transparency, data validation, cataloguing, lineage tracking.
  • Role: "Form the backbone for delivering trusted datasets supporting critical operations."
  • Lot 2: AcceleratorsFocus: "Enhance data-driven decision-making."
  • Key Solutions: Model development, machine learning operations (MLOps), synthetic data usage, real-time inference.
  • Emphasis: Reducing time-to-insight, improving operational efficiency, automated workflows, pre-trained models, integration with operational systems.
  • Lot 3: ApplicationsFocus: "Rapid development and management of enterprise-grade applications."
  • Key Solutions: Microservices, continuous integration/continuous delivery/deployment (CI/CD), observability, secure deployments.
  • Emphasis: Fast delivery, scalability, continuous innovation, platforms and services for mission-critical software.
  • Lot 4: Edge Storage and ComputeFocus: "Edge computing and local storage for real-time, low-latency data processing."
  • Key Solutions: Containerized edge nodes, tiered storage, resilient, secure connectivity.
  • Emphasis: Supporting distributed environments with limited or intermittent connectivity.
  • Role: "Essential for scalable, autonomous operations at the edge."
  • Lot 5: ServicesFocus: "Expert services to support technology adoption and integration across all other lots."
  • Key Offerings: Technical training, architecture consulting, synthetic data support, proof-of-concept development.
  • Goal: "Reduce implementation risk and ensure technology choices are effective and well-informed," "maximizing ROI and building capability."

5. Procurement Process (Competitive Flexible Procedure)

The MOD will employ a streamlined two-stage competitive flexible procedure under the Procurement Act 2023 (PA23).

  • Stage 1 - Condition of Participation (COP):Deadline: 3 September 2025, 17:00 BST.
  • Purpose: "Determining which Suppliers are technically capable and best suited to delivering the required services, and therefore, offer the most value to the MOD."
  • Scored Sections:Technical and Professional Ability (60% Weighting): Relevant Experience (20%), Supply Chain (10%), Product Authenticity and Maturity 1 (10%), Product Authenticity and Maturity 2 (10%), Open and Modular Architecture (10%).
  • Additional Questions (40% Weighting): Collaborative by Nature (10%), Scalable by Design (10%), Land Industrial Strategy (LIS) (10%), Commitment to Research and Development (R&D) (10%).
  • Down-selection: Anticipates taking approximately 7 candidates per lot to Stage 2 (14 for the Accelerators lot), with a total of around 42 candidates.
  • Stage 2 - Invitation To Tender (ITT):Successful Stage 1 candidates will be invited.
  • Assessment: More detailed, lot-specific assessment of capabilities.
  • Components: 3 x Technical Questions (Scored), 1 x Social Value (Scored), 1 x 30-minute Presentation (Scored), Financial Assessment (Scored).
  • Note: No extra time provided for bidding against multiple lots.
  • Stage 3 - Framework Award:Candidates with the "Most Advantageous Tenders (MAT)" at Stage 2 will be invited to sign the DDAD Framework Agreement and be awarded a place.
  • Stage 4 - Framework Call-Off:Successful candidates will be on the framework.
  • MOD will "utilise ('Call-Off') via the running of a streamlined competitive process," featuring at minimum a "Financial and Social Value component."

6. Mandatory Conditions of Participation

  • Technical Ability: Cyber Essentials Plus, ISO9001: 2105 (Quality Management System). Both "required prior to Contract Award."

7. Commercial and Payment Terms

  • Pricing and Incentive Model: "An overarching pricing and incentive model will not be placed over all lots." Instead, these will be "developed over time and agreed at the point of the Authority entering into a contract with a Supplier(s)," allowing for tailoring to "the exact nature of the goods, services or other works being sourced."
  • Maximum Fee Charged to Suppliers: 2%.
  • Franchise Agreements: The Authority is "considering the use of franchise agreements with Allied Nations."

8. Important Dates and Submission Information

  • Notice Published: 28 August 2025, 10:39 am (edited with updates on 19 and 22 August).
  • Enquiry Deadline: 31 August 2025, 5:00 pm.
  • Deadline for Requests to Participate (Stage 1 Submission): 8 September 2025, 5:00 pm (Note: Earlier date mentioned for Stage 1 COP in procedure description is 3 September 2025, 17:00 BST - clarification needed on exact date).
  • Award Decision Date (estimated): 13 November 2025.
  • Submission Platform: Defence Sourcing Portal (DSP) - Project ref.: 62151880.

9. Contracting Authority

  • Ministry of Defence (MOD)
  • Contact: ASGARD Commercial Lead, This email address is being protected from spambots. You need JavaScript enabled to view it.
  • Address: MOD Corsham, Building 405, B2, Westwells Road, Corsham, SN13 9NR, United Kingdom.

10. Key Takeaways and Implications

  • Significant Investment in AI/ML for Defence: This framework represents a major commitment by the MOD to integrate advanced digital capabilities, particularly AI/ML, into critical decision-making processes for land forces.
  • Open and Iterative Approach: The "Open Framework" design signals a desire for continuous engagement with the market, allowing new innovations and suppliers to enter over time.
  • SME Opportunities: Explicit mention of suitability for SMEs suggests a focus on broadening the supplier base and tapping into a wider range of innovative companies.
  • Focus on Ecosystem Integration: The breakdown into lots (Data Integration, Accelerators, Applications, Edge, Services) indicates a comprehensive strategy to build an end-to-end digital decision-making ecosystem, rather than siloed solutions.
  • Flexibility in Pricing: The absence of an overarching pricing model across lots highlights the MOD's intent to tailor commercial agreements to the specific nature of goods and services, allowing for bespoke solutions.
  • Stringent Requirements: "Cyber Essentials Plus" and "ISO9001: 2105" as mandatory conditions underscore the MOD's emphasis on robust security and quality management.
  • Detailed Evaluation Process: The multi-stage competitive flexible procedure, with specific weighting for technical ability, additional questions, and later stage presentations/financial assessments, indicates a thorough selection process.
  • Potential for Allied Nation Engagement: The consideration of "franchise agreements with Allied Nations" suggests future potential for international collaboration or expansion of the framework's influence.

Full details: https://www.find-tender.service.gov.uk/Notice/051820-2025#main_heading_anchor_0