← Back to opportunities

DM/00177 Equipment & Services Support Provider (ESSP)

Ministry of Defence

Buyer Contact Info

Buyer Name: Ministry of Defence

Buyer Address: BRISTOL, UKK11, United Kingdom

Contact Name: Charlotte Ford

Contact Email: charlotte.ford130@mod.gov.uk

Status
active
Procedure
selective
Value
5000000.0 GBP
Published
07 Apr 2025, 11:13
Deadline
16 May 2025, 22:59
Contract Start
n/a
Contract End
n/a
Category
services
CPV
75221000 - Military defence services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

Procurement and supply of low-value taskings limited to the Public Contracting Regulations (PCR 2015) threshold which is currently £116,406 (ex VAT), £139,688 (inc. VAT).

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Description: The Scope of the Contract is: Provision & Supply of Goods & Services - The Contractor is required to provide support to various low-value, non-complex procurement requirements. The Contractor shall support the Authority with recurring and non-recurring ad-hoc requirements that cannot be sourced via any other MOD or Government Contracts or Framework agreements. There will be no minimum Task value. The maximum value for each Tasking issued under this Tasking arrangement will be limited to the Public Contracting Regulations (PCR 2015) threshold which is currently £116,406 (ex VAT), £139,688 (inc. VAT). The Contractor shall provide a procurement service to survey the Supply Chain and source various goods and services on behalf of the Authority including all DM sites. The DM sites are; Beith, Crombie, Glen Douglas, Gosport, Kineton (Main Site), Kineton Design, Development & Prototyping (DD&P), Longtown, Plymouth and Wulfen. The Contractor shall be responsible for delivering the goods and services required by the Authority. For the avoidance of doubt, the Authority's contractual relationship shall be with the Contractor only. Therefore, the Contractor shall be responsible for the contractual agreements with suitable Suppliers identified for the provision of good and services. Scope of Requirements - The scope of this Contract requirement is expected to cover, but not be limited to; air compressor equipment, clothing, DIY equipment and consumables (glues, paints, brushes, for example), fire safety equipment, health and safety equipment (defibrillators, first aid supplies for example), IT requirements (non-MODNET / DII only), manufacturing materials (woods, metals, fittings for example), mechanical handling equipment (MHE), packaging equipment and materials, personal protective equipment (PPE), repair and maintenance requirements on-site at Defence Munitions, toiletries (soaps, toilet paper, paper towels, for example), workshop tooling supply, repair, maintenance and calibration and Post Design Services (PDS). The Scope of Requirements will specifically not cover consultancy, infrastructure (works) requirements, IT requirements (MODNET / DII), quality assurance requirements, safety requirements, transportation requirements, warlike stores, waste removal requirements. Delivery of Procurement Requirements - There is no 'core' activity, nor fixed/guaranteed throughput under this Contract. All requirements are to be considered 'non-core' and shall be raised on an ad-hoc basis in accordance with an Ad-Hoc Tasking Process, and each new requirement will constitute a Task. The Contractor shall only be allowed to apply a pre-agreed Service Fee on top of each quote received for each ad-hoc Task. This Service Fee may be adjusted through the term of the Contract in accordance with Key Performance Indicator (KPI) Incentives and Remedy Clauses.

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: 3 Optional Years

Lot 1 Value: GBP 5,000,000

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-FTS-27003",
    "name": "Ministry of Defence"
  },
  "date": "2025-04-07T12:13:44+01:00",
  "description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference \u2013 RAR-240828A02)",
  "id": "013362-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04fdfd",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "BRISTOL",
        "region": "UKK11"
      },
      "contactPoint": {
        "email": "charlotte.ford130@mod.gov.uk",
        "name": "Charlotte Ford",
        "url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59527"
      },
      "details": {
        "classifications": [
          {
            "description": "Ministry or any other national or federal authority, including their regional or local subdivisions",
            "id": "MINISTRY",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "Defence",
            "id": "02",
            "scheme": "COFOG"
          }
        ],
        "url": "https://des.mod.uk/"
      },
      "id": "GB-FTS-27003",
      "identifier": {
        "legalName": "Ministry of Defence"
      },
      "name": "Ministry of Defence",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Bristol",
        "postalCode": "BS34 8JH",
        "streetAddress": "MOD Abbey Wood"
      },
      "id": "GB-FTS-138459",
      "identifier": {
        "legalName": "Defence Munitions"
      },
      "name": "Defence Munitions",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "classification": {
      "description": "Military defence services",
      "id": "75221000",
      "scheme": "CPV"
    },
    "contractTerms": {
      "electronicInvoicingPolicy": "allowed",
      "hasElectronicOrdering": true,
      "hasElectronicPayment": true,
      "performanceTerms": "The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter or reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective marking given, the aspects to which any protective marking applies or otherwise.\nElectronic Trading - Potential Suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing \u0026 Finance (CP\u0026F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP\u0026F. You can find details on CP\u0026F at: https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system."
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "Procurement and supply of low-value taskings limited to the Public Contracting Regulations (PCR 2015) threshold which is currently \u00a3116,406 (ex VAT), \u00a3139,688 (inc. VAT).",
    "documents": [
      {
        "documentType": "economicSelectionCriteria",
        "id": "economic1"
      },
      {
        "documentType": "technicalSelectionCriteria",
        "id": "technical1"
      }
    ],
    "hasRecurrence": false,
    "id": "713119452",
    "items": [
      {
        "deliveryAddresses": [
          {
            "region": "UKK11"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "contractPeriod": {
          "durationInDays": 1440
        },
        "description": "The Scope of the Contract is:\nProvision \u0026 Supply of Goods \u0026 Services - The Contractor is required to provide support to various low-value, non-complex procurement requirements. The Contractor shall support the Authority with recurring and non-recurring ad-hoc requirements that cannot be sourced via any other MOD or Government Contracts or Framework agreements. There will be no minimum Task value. The maximum value for each Tasking issued under this Tasking arrangement will be limited to the Public Contracting Regulations (PCR 2015) threshold which is currently \u00a3116,406 (ex VAT), \u00a3139,688 (inc. VAT). The Contractor shall provide a procurement service to survey the Supply Chain and source various goods and services on behalf of the Authority including all DM sites. The DM sites are; Beith, Crombie, Glen Douglas, Gosport, Kineton (Main Site), Kineton Design, Development \u0026 Prototyping (DD\u0026P), Longtown, Plymouth and Wulfen. The Contractor shall be responsible for delivering the goods and services required by the Authority. For the avoidance of doubt, the Authority\u0027s contractual relationship shall be with the Contractor only. Therefore, the Contractor shall be responsible for the contractual agreements with suitable Suppliers identified for the provision of good and services.\nScope of Requirements - The scope of this Contract requirement is expected to cover, but not be limited to; air compressor equipment, clothing, DIY equipment and consumables (glues, paints, brushes, for example), fire safety equipment, health and safety equipment (defibrillators, first aid supplies for example), IT requirements (non-MODNET / DII only), manufacturing materials (woods, metals, fittings for example), mechanical handling equipment (MHE), packaging equipment and materials, personal protective equipment (PPE), repair and maintenance requirements on-site at Defence Munitions, toiletries (soaps, toilet paper, paper towels, for example), workshop tooling supply, repair, maintenance and calibration and Post Design Services (PDS). The Scope of Requirements will specifically not cover consultancy, infrastructure (works) requirements, IT requirements (MODNET / DII), quality assurance requirements, safety requirements, transportation requirements, warlike stores, waste removal requirements.\nDelivery of Procurement Requirements - There is no \u0027core\u0027 activity, nor fixed/guaranteed throughput under this Contract. All requirements are to be considered \u0027non-core\u0027 and shall be raised on an ad-hoc basis in accordance with an Ad-Hoc Tasking Process, and each new requirement will constitute a Task. The Contractor shall only be allowed to apply a pre-agreed Service Fee on top of each quote received for each ad-hoc Task. This Service Fee may be adjusted through the term of the Contract in accordance with Key Performance Indicator (KPI) Incentives and Remedy Clauses.",
        "hasOptions": true,
        "hasRenewal": false,
        "id": "1",
        "options": {
          "description": "3 Optional Years"
        },
        "secondStage": {
          "maximumCandidates": 10,
          "minimumCandidates": 10
        },
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        },
        "value": {
          "amount": 5000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "selective",
    "procurementMethodDetails": "Restricted procedure",
    "secondStage": {
      "invitationDate": "2025-07-25T00:00:00+01:00"
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission",
      "written"
    ],
    "submissionMethodDetails": "http://www.contracts.mod.uk",
    "submissionTerms": {
      "bidValidityPeriod": {
        "durationInDays": 180
      },
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-05-16T23:59:00+01:00"
    },
    "title": "DM/00177 Equipment \u0026 Services Support Provider (ESSP)",
    "value": {
      "amount": 5000000,
      "currency": "GBP"
    }
  }
}