Buyer Name: Defence Equipment and Support
Buyer Address: MOD Abbey Wood, Bristol, UKK12, BS34 8JH, United Kingdom
Contact Email: DefComrcl-SystemsGuidance@mod.gov.uk
Buyer Name: Defence Equipment and Support
Buyer Address: MOD Abbey Wood, Bristol, UKK12, BS34 8JH, United Kingdom
Contact Email: DefComrcl-SystemsGuidance@mod.gov.uk
The original “Tender Notice” (ref. 010336-2025) for this requirement has been archived and a new “Tender Notice” published. Please disregard the original “Tender Notice”. This was due to technical issues and minor administrative changes being required. In-Service Support & Post-Design Services for Gun System Automation Mk9 (GSA9). The support solution will be structured to provide the following services: Logistics Management Technical Support Design Authority Obsolescence Management System Health Checks Safety & Environmental Management Documentation Management Quality Management Software Management Project Management, Meetings & Reporting Configuration Control Test Facilities & Equipment Security Management Provide facility for ad-hoc tasks The total contract value is expected to be £21M (Inc Vat), brokendown of £11M (Inc Vat) in core costs and an expected £10M (Inc Vat) throughput of repair.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/010622-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 17,500,000
Lot 1 Value (Gross): GBP 21,000,000
Lot 1 Contract Start: 2026-03-01T00:00:00+00:00
Lot 1 Contract End: 2029-02-28T23:59:59+00:00
Lot 1 Award Criterion (price): Price
Lot 1 Award Criterion (quality): Technical
Lot 1 Award Criterion (quality): Commercial
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PVRL-5831-GLMM",
"name": "Defence Equipment and Support"
},
"date": "2025-03-21T11:44:29Z",
"id": "010622-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-04f73b",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"region": "UKK12",
"streetAddress": "MOD Abbey Wood"
},
"contactPoint": {
"email": "DefComrcl-SystemsGuidance@mod.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.gov.uk/government/organisations/defence-equipment-and-support"
},
"id": "GB-PPON-PVRL-5831-GLMM",
"identifier": {
"id": "PVRL-5831-GLMM",
"scheme": "GB-PPON"
},
"name": "Defence Equipment and Support",
"roles": [
"buyer"
]
}
],
"planning": {
"noEngagementNoticeRationale": "No market engagement required for this procurement, as pre-market engagement was conducted in a previous procurement for this capability."
},
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-02-28T23:59:59+00:00"
},
"contractTerms": {
"financialTerms": "All payments will be made through the Authority\u0027s Contracting, Purchasing \u0026 Finance (CP\u0026F) system (Exostar) and will be in accordance with future contractual arrangements."
},
"description": "The original \u201cTender Notice\u201d (ref. 010336-2025) for this requirement has been archived and a new \u201cTender Notice\u201d published. Please disregard the original \u201cTender Notice\u201d. This was due to technical issues and minor administrative changes being required. \nIn-Service Support \u0026 Post-Design Services for Gun System Automation Mk9 (GSA9). The support solution will be structured to provide the following services: \nLogistics Management \nTechnical Support \nDesign Authority \nObsolescence Management \nSystem Health Checks \nSafety \u0026 Environmental Management \nDocumentation Management \nQuality Management \nSoftware Management \nProject Management, Meetings \u0026 Reporting \nConfiguration Control \nTest Facilities \u0026 Equipment \nSecurity Management \nProvide facility for ad-hoc tasks\nThe total contract value is expected to be \u00a321M (Inc Vat), brokendown of \u00a311M (Inc Vat) in core costs and an expected \u00a310M (Inc Vat) throughput of repair.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"accessDetails": "Any necessary documents will be uploaded to the DSP \u0026 will be visible to suppliers.",
"documentType": "biddingDocuments",
"id": "future"
},
{
"datePublished": "2025-03-21T11:44:29Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "010622-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/010622-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-04-08T23:59:00+01:00"
},
"expressionOfInterestDeadline": "2025-04-22T23:59:00+01:00",
"id": "ocds-h6vhtk-04f73b",
"items": [
{
"additionalClassifications": [
{
"description": "Repair and maintenance services of weapons and weapon systems",
"id": "50840000",
"scheme": "CPV"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Weightings will be set out in the associated tender documents.",
"name": "Price",
"type": "price"
},
{
"description": "Weightings will be set out in the associated tender documents.",
"name": "Technical",
"type": "quality"
},
{
"description": "Weightings will be set out in the associated tender documents.",
"name": "Commercial",
"type": "quality"
}
],
"weightingDescription": "Weightings will be set out in the associated tender documents."
},
"contractPeriod": {
"endDate": "2029-02-28T23:59:59+00:00",
"startDate": "2026-03-01T00:00:00+00:00"
},
"id": "1",
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"criteria": [
{
"description": "Details can be found in the PSQ.",
"type": "economic"
},
{
"description": "Prospective contractors are required to hold Quality Management System certification to ISO 9001:2015 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Procurement Specific Questionnaire (PSQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2110.",
"type": "technical"
},
{
"description": "Selection Criteria in the PSQ:\nPART 1 - Potential Providers must achieve a \u201cpass\u201d for all questions. Where a \u201cFail\u201d is scored, the provider will not be taken forward to Part 2 of the evaluation. \nPART 2 - Potential providers must score a combined minimum of 170 for the 3 (three) weighted questions, and achieve a Pass for all other questions. If a potential provider achieves a score of \u201c0- Unacceptable\u201d against any of the 3 (three) weighted questions, this will result in the respondent being excluded from tendering for this requirement.\nThe potential providers who have met the minimum pass criteria, will then be ranked (highest to lowest) on their combined score achieved against the 3 (three) weighted questions in Part 2. The Authority will take the highest ranking potential providers through to the ITT stage up to a maximum of 6 (six) Potential Providers.\nIn a case of a tied ranking which identifies more than 6 (six) potential providers, the Authority will take forward the potential providers who have achieved the highest score for the weighted question (PSQ_2.3.1)\nIf this still results in more than 6 (six) potential providers, the Authority reserves the right to increase the maximum number of potential providers to take through to the invitation to tender stage.\nFurther details can be found within the \"Supplier Guidance\" published with the PSQ.",
"forReduction": true
}
]
},
"status": "active",
"value": {
"amount": 17500000,
"amountGross": 21000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "This procurement will follow a simple two stage competitive flexible procedure, without negotiation or dialogue. The Contracting Authority will carry out a PSQ as the first stage to shortlist a number of suppliers, evaluating suppliers on a combination of Qualification \u0026 Technical questions \u0026 an assessment of excludable suppliers, connected persons or sub-contractors in accordance with PA 2023. This is available on the DSP \u0026 will be used to down-select from an anticipated maximum of 6 suppliers to invite to tender.\nAt the second stage, the Contracting Authority will issue an ITT to the shortlisted suppliers \u0026 invite them to submit tenders. If at the first stage it\u0027s established that only ONE supplier is shortlisted, letters will be issued to inform unsuccessful suppliers the procurement under the competitive flexible procedure would be cancelled \u0026 would switch to Direct Award. \nOnce the ITT has been published to those successful at PSQ, a clarification process will be used during the tender period to allow for suppliers to ask the Authority questions. A summary of the award criteria is in this notice and will be explained in the Tender Evaluation Strategy, which will be published in the DSP, with the ITT. The Authority reserves the right to refine the award criteria before and - where negotiation/final tenders are used - during the Tender period in accordance with section 24 of the Procurement Act 2023. This may include revision to the weightings of the sub-criteria. During this stage there will be no negotiation or dialogue with any shortlisted suppliers.\nHere is a summary of the stages of the procurement \u0026 are as follows:\n1\tPreliminary market engagement, develop procurement strategy, prepare tender notice and associated tender documents.\n2\tPublish tender notice and any associated tender documents inviting requests to participate.\n3\t(Participation period) Receive requests to participate, assess exclusions, conditions of participation, and any other objective criteria set to limit suppliers.\n4\tInform suppliers who will not be invited to tender.\n5\tInvite those who have made it through the participation stage to tender by issuing the invitation to tender.\n6\t(Tendering period) Receive tenders.\n7\tEvaluate tenders against the award criteria and determine the most advantageous tender.\n8\tInform suppliers of the outcome and issue assessment summaries.\n9\tPublish the contract award notice (triggering the mandatory or voluntary standstill where appropriate).\n10\t(8 working days) Following completion of standstill, enter into the contract with the winning supplier.\n11\tPublish the contract details notice and (if required) a copy of the contract."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"status": "active",
"submissionMethodDetails": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59586",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"title": "713887451 - GSA9 Tender Notice - UK4",
"value": {
"amount": 17500000,
"amountGross": 21000000,
"currency": "GBP"
}
}
}