ESND - Provision of Electronic Counter Measures (ECM)

35730000: Electronic warfare systems and counter measures

Contract details

Detailed information about the contract

Id
ocds-h6vhtk-02cc16
Title
ESND - Provision of Electronic Counter Measures (ECM)
Description

The purpose of PIN is for the Foreign, Commonwealth and Development Office (FCDO) to gauge the current market to identify suitable UK manufacturers of next generation Electronic Counter Measures (ECM) equipment for future procurement activity. The FCDO seeks to engage with UK ECM equipment manufacturers who have developed and are currently manufacturing next generation commercial off the shelf (COTS) ECM equipment in the UK. Engagement is requested from UK companies that hold UK List X status and who are currently manufacturing next generation ECM equipment at a technology readiness level (TRL) of 8 (TRL 8 – actual technology completed and qualified through test and demonstration). The FCDO utilises ECM in some operational environments in civilian armoured vehicles (CAV) and is seeking to engage with suppliers of ECM systems to replace the current capability with a next generation ECM system, which must meet the following criteria:

  1. The ECM System must be UK manufactured.
  2. The capability must be evergreen. It must be modular and upgradeable to facilitate capability uplift in the face of new or emerging threats.
  3. The system must be able to operate within a frequency range of 20Mhz to 6Ghz and be extendible should the FCDO wish to add additional modules to increase the system capability beyond 6Ghz if required.
  4. The ECM systems must be designed using open architecture protocols and standards.
  5. The system must be reconfigurable and programmable within the area of operations to implement an appropriate threat response to defeat existing or new threat systems.
  6. It is desirable for the system be able to detect and log threat frequency equipment activation events when the system is in operation (providing inhibition) and record these events by frequency and GPS location to assist in developing a location specific threat map. Information should be able to be viewed post mission with generic or supplier provided digital mapping software.
  7. The supplier must have a pedigree in the supply of ECM systems to NATO countries and be able to evidence previous installations in CAVs and the integration of other vehicle systems such as radio communications and tracking equipment.
  8. The supplier will be required to integrate and maintain the ECM system and FCDO CAV communications and tracking systems for a minimum of 5 years and have a pedigree in supporting their systems in a similar manner.
  9. The supplier must be prepared to have their ECM system independently assessed for technical capability at no cost to the FCDO. The FCDO plans to tender the requirement for up to 100 systems in September 2021. FCDO will not hold a supplier day prior to the ITT release date and the ITT will be restricted to those bidders identified as having the technical capability and ECM systems that meet the baseline requirements listed above.
Buyer
Foreign Commonwealth and Development Office
Date Published
Unknown
Status
Planned
Classification
35730000: Electronic warfare systems and counter measures
Value
£20.0M GBP
Procurement Method
""
Procurement Method Details
Unknown
Tender Deadline
Unknown
Contract Start Date
2025-04-26
Contract End Date
2025-04-26
Suitable For Sme
false
Suitable For Vcse
false
Documents
No documents found.