← Back to opportunities

Future Defence Support Services (FDSS)

DE&S

Buyer Contact Info

Buyer Name: DE&S

Buyer Address: Abbey Wood, Bristol, UKK12, BS34 8JH, United Kingdom

Contact Name: Garry Coe

Contact Email: UKStratCom-DefSp-LogsTx-FDSS@mod.gov.uk

Status
active
Procedure
selective
Value
8000000000.0 GBP
Gross: 9600000000.0 GBP
Published
20 Nov 2025, 16:50
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
03410000 - Wood
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The Authority requirement is for a Supplier to provide under a one Lot Model: • A Sourcing, Procurement and Inventory Management (SP&IM) capability for the range of materiel set out below (hereafter referred to as the FDSS Materiel Range) • A worldwide Storage & Stock Management capability for the FDSS Materiel Range and the full Authority Managed Materiel range, with both combined defined Defence Materiel, noting: o Will include the receipt, store, account, maintenance, issue and disposal of materiel. o Some items will require additional services e.g. inspection, repair, maintenance, service and calibration as part of the receipt and issue process • Load sortation, consolidation and cross-docking services • A worldwide Movement & Distribution capability for the movement of Defence Materiel incorporating all modes of transportation including Road, Rail, Air & Sea. • Worldwide removals service for re-location of Defence personnel Movement & Distribution supporting services including load sortation, consolidation and cross-docking services, provision and fleet management of movement media. The Materiel Range shall include items in the following 3 high-level ranges: 1. Support the Human Being (and Defence Animals) - items related to the life-support of Defence personnel. Example scope of items include: • Medical, Dental and Veterinary Equipment (MDVE) including Blood and Blood products, Pharmaceuticals, and medical consumables • Recreational and Athletic Equipment as well as Toiletries, Cleaning Equipment and Supplies • Clothing, Individual Equipment and Insignia (includes Personal Protective Equipment) • Subsistence (Food both fresh and packaged, Beverages) 2. Platform Componentry - items which are used to support higher level assemblies which form Defence equipment's in the Land, Air and Maritime environments. Example scope of items include: • Aviation Spares and Components • Maritime Spares and Components • Land Spares and Components • Batteries, Power and Electrical Components • Construction, Fluid and Water Handling Equipment • Heating, Ventilation, Air Conditioning, and Lighting components • Bearings, Oils, Lubricants and Associated Products • Agriculture and Materials Handling Equipment components 3. Off Platform - items which support Defence Outputs, but which are not intrinsic to vehicle/equipment assemblies. Example of scope of items include: • Tools and Workshop Equipment • Construction and Materials • Alarms, Signals, Stationery and Training Aids • Furniture, Fittings and Lighting • Hardware, Abrasives, Brushes, Paints and Adhesives • Musical and Photographic Equipment • Industrial Gases and Chemicals • Packaging and Handling Equipment • Food Preparation Equipment and Agricultural Supplies • Weapons, Weapon Spares and Ancillaries • Services (such as Supply Fit of Ceremonial uniform and Carpet fitting). Potential Future scope during the duration of the contract may include: • Expansion of scope of sourcing, procurement and inventory management to increase the range of materiel under management in specified categories. • Expansion and optimisation of storage and stock management network in terms of scale, type and purpose of Storage and geographic location (including potential for international locations) and Contractors on Deployed Operations (CONDO) support. • Expansion of distribution and movement services in terms of scale, type and purpose • Expansion of role in repair maintenance, repair and calibration of Medical equipment in support of medical equipment • Increased scope of responsibility for disposal services. Further detail can be found in the Supporting documents SOR Summary and Data Spreadsheet. The Authority's objective is to enhance resilience, agility, and scalability to better support the latest Defence Planning Assumptions in the Defence Support and Supply Chain strategies. This will include the need for MOD to reduce a proportion of MOD-owned warehousing estate. Under the Contract , the Supplier will source and supply to the Authority products falling within the FDSS Scope as principal. The Authority is, however, finalising its procurement model in respect of some of the listed categories of goods and therefore reserves the right to require the Supplier to act as the Authority's agent to source and supply certain categories of goods rather than supplying those goods as principal, with the consequent reduction in the overall FDSS contract value. The final position on this will be confirmed in the documentation issued with the ITN. MOD anticipates the potential for SME involvement in the sourcing of the commodities, managed holistically by the winning Bidder. Value of goods, services or works is £8-18 Bn across the life of the contract this includes the purchase cost of materiel together with the costs of associated service delivery across the 10 year contract term and the permitted 2 year extension. Registering on AWARD The link below will take you to the DSP AWARD® registration page. https://award.commercedecisions.com/dsp/web/project/8f0a153e-345d-4b18-a1d4-a544f778ba9b/register If your organisation is already registered in DSP AWARD but you do not know your login details or your account has become inactive, please contact the AWARD helpdesk (support@commercedecisions.com). The following documents will be available for all Suppliers that meet the conditions: 1. Statement of Work Summary 2. Data spreadsheet 3. Procurement Specific Questionnaire (PSQ) Guidance Document These draft documents are being shared at the PSQ Stage for information purposes only and in order to provide Suppliers with an early understanding of FDSS. Classification of Tender Documents is OFFICIAL - SENSITIVE The Cyber Risk Profile is High - RAR-250417A05 The pricing model will be based on performance and will include incentivisation The contract will be the Model Services Contract v.2.2 with narrative DEFCONs and bespoke project-specific drafting. Suppliers should note that supplier response restrictions apply as detailed within the FDSS PSQ Guidance Document, including paragraphs [2], [3] and [4].

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://award.commercedecisions.com/dsp/web/project/8f0a153e-345d-4b18-a1d4-a544f778ba9b/register

Link Description: Registering on AWARD: The link will take you to the DSP AWARD® registration page. If your organisation is already registered in DSP AWARD but you do not know your login details or your account has become inactive, please contact the AWARD helpdesk (support@commercedecisions.com). Once registered/logged in you will have visibility of the FDSS PSQ Security Gateway AWARD project where you will need to complete the registration process. Only one user per company will be able to complete registration. Once registered, additional users can be requested by raising a Clarification in the PSQ containing the new users names and e-mail addresses. Suppliers should note that access to the Data Room and the contract documents contained in it is subject to certain conditions as set out in the PSQ Guidance Document and provided in the PSQ Security Gateway.

External Link: https://www.find-tender.service.gov.uk/Notice/075835-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: The right to contract for additional services The Authority has the right to exercise an option to extend the contract duration by a further two years.

Lot 1 Value: GBP 8,000,000,000.00

Lot 1 Value (Gross): GBP 9,600,000,000.00

Lot 1 Contract Start: 2028-06-05T00:00:00+01:00

Lot 1 Contract End: 2038-06-04T23:59:59+01:00

Lot 1 Award Criterion (cost): Cost (25%)

Lot 1 Award Criterion (quality): Non-Cost (75%)

Documents

Document Description: Not published

Document Description: Registering on AWARD: The link will take you to the DSP AWARD® registration page. If your organisation is already registered in DSP AWARD but you do not know your login details or your account has become inactive, please contact the AWARD helpdesk (support@commercedecisions.com). Once registered/logged in you will have visibility of the FDSS PSQ Security Gateway AWARD project where you will need to complete the registration process. Only one user per company will be able to complete registration. Once registered, additional users can be requested by raising a Clarification in the PSQ containing the new users names and e-mail addresses. Suppliers should note that access to the Data Room and the contract documents contained in it is subject to certain conditions as set out in the PSQ Guidance Document and provided in the PSQ Security Gateway.

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PVRL-5831-GLMM",
    "name": "DE\u0026S"
  },
  "date": "2025-11-20T16:50:34Z",
  "id": "075835-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05229e",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Bristol",
        "postalCode": "BS34 8JH",
        "region": "UKK12",
        "streetAddress": "Abbey Wood"
      },
      "contactPoint": {
        "email": "UKStratCom-DefSp-LogsTx-FDSS@mod.gov.uk",
        "name": "Garry Coe"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PVRL-5831-GLMM",
      "identifier": {
        "id": "PVRL-5831-GLMM",
        "scheme": "GB-PPON"
      },
      "name": "DE\u0026S",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2027-10-05T23:59:59+01:00"
    },
    "description": "The Authority requirement is for a Supplier to provide under a one Lot Model:\n\u2022 A Sourcing, Procurement and Inventory Management (SP\u0026IM) capability for the range of materiel set out below (hereafter referred to as the FDSS Materiel Range)\n\u2022 A worldwide Storage \u0026 Stock Management capability for the FDSS Materiel Range and the full Authority Managed Materiel range, with both combined defined Defence Materiel, noting:\n o Will include the receipt, store, account, maintenance, issue and disposal of materiel.\n o Some items will require additional services e.g. inspection, repair, maintenance, service and calibration as part of the receipt and issue process\n\u2022 Load sortation, consolidation and cross-docking services\n\u2022 A worldwide Movement \u0026 Distribution capability for the movement of Defence Materiel incorporating all modes of transportation including Road, Rail, Air \u0026 Sea. \n\u2022 Worldwide removals service for re-location of Defence personnel Movement \u0026 Distribution supporting services including load sortation, consolidation and cross-docking services, provision and fleet management of movement media.\nThe Materiel Range shall include items in the following 3 high-level ranges:\n1. Support the Human Being (and Defence Animals) - items related to the life-support of Defence personnel. Example scope of items include:\n\u2022 Medical, Dental and Veterinary Equipment (MDVE) including Blood and Blood products, Pharmaceuticals, and medical consumables \n\u2022 Recreational and Athletic Equipment as well as Toiletries, Cleaning Equipment and Supplies\n\u2022 Clothing, Individual Equipment and Insignia (includes Personal Protective Equipment)\n\u2022 Subsistence (Food both fresh and packaged, Beverages)\n2. Platform Componentry - items which are used to support higher level assemblies which form Defence equipment\u0027s in the Land, Air and Maritime environments. Example scope of items include:\n\u2022 Aviation Spares and Components\n\u2022 Maritime Spares and Components\n\u2022 Land Spares and Components\n\u2022 Batteries, Power and Electrical Components\n\u2022 Construction, Fluid and Water Handling Equipment\n\u2022 Heating, Ventilation, Air Conditioning, and Lighting components \n\u2022 Bearings, Oils, Lubricants and Associated Products\n\u2022 Agriculture and Materials Handling Equipment components\n3. Off Platform - items which support Defence Outputs, but which are not intrinsic to vehicle/equipment assemblies. Example of scope of items include: \n\u2022 Tools and Workshop Equipment\n\u2022 Construction and Materials\n\u2022 Alarms, Signals, Stationery and Training Aids \n\u2022 Furniture, Fittings and Lighting\n\u2022 Hardware, Abrasives, Brushes, Paints and Adhesives\n\u2022 Musical and Photographic Equipment\n\u2022 Industrial Gases and Chemicals\n\u2022 Packaging and Handling Equipment\n\u2022 Food Preparation Equipment and Agricultural Supplies\n\u2022 Weapons, Weapon Spares and Ancillaries\n\u2022 Services (such as Supply Fit of Ceremonial uniform and Carpet fitting).\nPotential Future scope during the duration of the contract may include: \n\u2022 Expansion of scope of sourcing, procurement and inventory management to increase the range of materiel under management in specified categories. \n\u2022 Expansion and optimisation of storage and stock management network in terms of scale, type and purpose of Storage and geographic location (including potential for international locations) and Contractors on Deployed Operations \n(CONDO) support.\n\u2022 Expansion of distribution and movement services in terms of scale, type and purpose \n\u2022 Expansion of role in repair maintenance, repair and calibration of Medical equipment in support of medical equipment\n\u2022 Increased scope of responsibility for disposal services.\nFurther detail can be found in the Supporting documents SOR Summary and Data Spreadsheet.\nThe Authority\u0027s objective is to enhance resilience, agility, and scalability to better support the latest Defence Planning Assumptions in the Defence Support and Supply Chain strategies. This will include the need for MOD to reduce a proportion of MOD-owned warehousing estate.\nUnder the Contract , the Supplier will source and supply to the Authority products falling within the FDSS Scope as principal. The Authority is, however, finalising its procurement model in respect of some of the listed categories of goods and therefore reserves the \nright to require the Supplier to act as the Authority\u0027s agent to source and supply certain categories of goods rather than supplying those goods as principal, with the consequent reduction in the overall FDSS contract value. The final position on this will be confirmed in the documentation\nissued with the ITN.\nMOD anticipates the potential for SME involvement in the sourcing of the commodities, managed holistically by the winning Bidder. \nValue of goods, services or works is \u00a38-18 Bn across the life of the contract this includes the purchase cost of materiel together with the costs of associated service delivery across the 10 year contract term and the permitted 2 year extension.\nRegistering on AWARD\nThe link below will take you to the DSP AWARD\u00ae registration page.\nhttps://award.commercedecisions.com/dsp/web/project/8f0a153e-345d-4b18-a1d4-a544f778ba9b/register\nIf your organisation is already registered in DSP AWARD but you do not know your login details or your account has become inactive, please contact the AWARD helpdesk (support@commercedecisions.com).\nThe following documents will be available for all Suppliers that meet the conditions:\n1. Statement of Work Summary\n2. Data spreadsheet\n3. Procurement Specific Questionnaire (PSQ) Guidance Document\nThese draft documents are being shared at the PSQ Stage for information purposes only and in order to provide Suppliers with an early understanding of FDSS.\nClassification of Tender Documents is OFFICIAL - SENSITIVE \nThe Cyber Risk Profile is High - RAR-250417A05 \nThe pricing model will be based on performance and will include incentivisation \nThe contract will be the Model Services Contract v.2.2 with narrative DEFCONs and bespoke project-specific drafting.\nSuppliers should note that supplier response restrictions apply as detailed within the FDSS PSQ Guidance Document, including paragraphs [2], [3] and [4].",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "description": "Registering on AWARD:\nThe link will take you to the DSP AWARD\u00ae registration page.\nIf your organisation is already registered in DSP AWARD but you do not know your login details or your account has become inactive, please contact the AWARD helpdesk (support@commercedecisions.com).\nOnce registered/logged in you will have visibility of the FDSS PSQ Security Gateway AWARD project where you will need to complete the registration process.\nOnly one user per company will be able to complete registration. Once registered, additional users can be requested by raising a Clarification in the PSQ containing the new users names and e-mail addresses.\nSuppliers should note that access to the Data Room and the contract documents contained in it is subject to certain conditions as set out in the PSQ Guidance Document and provided in the PSQ Security Gateway.",
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://award.commercedecisions.com/dsp/web/project/8f0a153e-345d-4b18-a1d4-a544f778ba9b/register"
      },
      {
        "datePublished": "2025-11-20T16:50:34Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "075835-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/075835-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-12-18T11:59:00Z"
    },
    "expressionOfInterestDeadline": "2025-12-18T11:59:00Z",
    "id": "708799450",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Wood",
            "id": "03410000",
            "scheme": "CPV"
          },
          {
            "description": "Lubricating preparations",
            "id": "09210000",
            "scheme": "CPV"
          },
          {
            "description": "Basic metals",
            "id": "14700000",
            "scheme": "CPV"
          },
          {
            "description": "Food, beverages, tobacco and related products",
            "id": "15000000",
            "scheme": "CPV"
          },
          {
            "description": "Clothing, footwear, luggage articles and accessories",
            "id": "18000000",
            "scheme": "CPV"
          },
          {
            "description": "Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manuals",
            "id": "22400000",
            "scheme": "CPV"
          },
          {
            "description": "Chemical products",
            "id": "24000000",
            "scheme": "CPV"
          },
          {
            "description": "Various office equipment and supplies",
            "id": "30190000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Medical equipments, pharmaceuticals and personal care products",
            "id": "33000000",
            "scheme": "CPV"
          },
          {
            "description": "Parts and accessories for vehicles and their engines",
            "id": "34300000",
            "scheme": "CPV"
          },
          {
            "description": "Parts for aircraft, spacecraft and helicopters",
            "id": "34730000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous transport equipment and spare parts",
            "id": "34900000",
            "scheme": "CPV"
          },
          {
            "description": "Emergency and security equipment",
            "id": "35100000",
            "scheme": "CPV"
          },
          {
            "description": "Individual and support equipment",
            "id": "35800000",
            "scheme": "CPV"
          },
          {
            "description": "Musical instruments, sport goods, games, toys, handicraft, art materials and accessories",
            "id": "37000000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory, optical and precision equipments (excl. glasses)",
            "id": "38000000",
            "scheme": "CPV"
          },
          {
            "description": "Furniture",
            "id": "39100000",
            "scheme": "CPV"
          },
          {
            "description": "Furnishing",
            "id": "39200000",
            "scheme": "CPV"
          },
          {
            "description": "Textile articles",
            "id": "39500000",
            "scheme": "CPV"
          },
          {
            "description": "Cleaning and polishing products",
            "id": "39800000",
            "scheme": "CPV"
          },
          {
            "description": "Machinery for the production and use of mechanical power",
            "id": "42100000",
            "scheme": "CPV"
          },
          {
            "description": "Cooling and ventilation equipment",
            "id": "42500000",
            "scheme": "CPV"
          },
          {
            "description": "Machine tools",
            "id": "42600000",
            "scheme": "CPV"
          },
          {
            "description": "Command and control system, printing, graphics, office automation and information-processing equipment",
            "id": "42960000",
            "scheme": "CPV"
          },
          {
            "description": "Construction materials and associated items",
            "id": "44100000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous fabricated products and related items",
            "id": "44400000",
            "scheme": "CPV"
          },
          {
            "description": "Tools, locks, keys, hinges, fasteners, chain and springs",
            "id": "44500000",
            "scheme": "CPV"
          },
          {
            "description": "Tanks, reservoirs and containers; central-heating radiators and boilers",
            "id": "44600000",
            "scheme": "CPV"
          },
          {
            "description": "Paints, varnishes and mastics",
            "id": "44800000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services",
            "id": "50000000",
            "scheme": "CPV"
          },
          {
            "description": "Road transport services",
            "id": "60100000",
            "scheme": "CPV"
          },
          {
            "description": "Railway transport services",
            "id": "60200000",
            "scheme": "CPV"
          },
          {
            "description": "Air transport services",
            "id": "60400000",
            "scheme": "CPV"
          },
          {
            "description": "Shipping operations",
            "id": "60640000",
            "scheme": "CPV"
          },
          {
            "description": "Cargo handling and storage services",
            "id": "63100000",
            "scheme": "CPV"
          },
          {
            "description": "Transport agency services",
            "id": "63520000",
            "scheme": "CPV"
          },
          {
            "description": "Stock-control services",
            "id": "79991000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lotDetails": {
      "noLotsDivisionRationale": "FDSS will provide commodity procurement, inventory management, warehousing and transportation service for the UK Armed Forces. This scope of activity is already contracted out under many contracts. The Procurement Act 2023 requires contracting authorities to consider lotting as a potential delivery approach. The Authority conducted a comprehensive FDSS Delivery Model Assessment. That assessment included various lotting strategies including a single contract approach. The conclusion of the DMA was that that a single contract offers key benefits in terms of; operational agility and flexibility, consistency of service, reduced contract management overhead on the part of the MOD and better value for money for a one lot approach. On this basis, FDSS will be delivered as a single contract."
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Weighting of cost will be 25%",
              "name": "Cost",
              "numbers": [
                {
                  "number": 25,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            },
            {
              "description": "Non-Cost Criteria - 75%",
              "name": "Non-Cost",
              "numbers": [
                {
                  "number": 75.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2038-06-04T23:59:59+01:00",
          "maxExtentDate": "2040-06-04T23:59:59+01:00",
          "startDate": "2028-06-05T00:00:00+01:00"
        },
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "options": {
          "description": "The right to contract for additional services\nThe Authority has the right to exercise an option to extend the contract duration by a further two years."
        },
        "renewal": {
          "description": "The Authority has the right to exercise an option to extend the contract duration by two years in the form of 2 x 12 months\nThe right to additional purchases of in scope goods and services while the contract is valid."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The evaluation will be completed on the total cost to the Authority, including any differentiating Authority costs.\nThe Weighted Value for Money is the MAT methodology for FDSS\nTenders final MAT score will be calculated using the Weighted Value for Money calculation, combining their Weighted Quality score and Finance Score.\nThe Quality and Cost Weighting to be applied will be:\nCompliance Check - PASS/FAIL\nNon-Cost Criteria - 75%\nCost Criteria - 25%\nTenders final MAT score will be calculated using the Weighted Value for Money calculation, as below, combining their Weighted Quality score and Finance Score.\nMAT Score= \u3016Weighted Quality Score\u3017^((Quality Weighting)\u2044(Cost Weighting))/(Net Present Value of Evaluated Cost)\nMOD reserves the right to refine the award criteria to the extent permitted by the Procurement Act 2023",
              "forReduction": true
            },
            {
              "description": "As set out in the PSQ and PSQ Guidance Document.",
              "type": "economic"
            },
            {
              "description": "As set out in the PSQ and PSQ Guidance Document.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "value": {
          "amount": 8000000000.0,
          "amountGross": 9600000000.0,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "The Contract will be procured under the competitive flexible procedure. It is anticipated that the procurement process for the FDSS project will be structured as a multi-stage procurement process consisting of the stages outlined below. \na. PSQ Stage \nThe Procurement Specific Questionnaire (PSQ) Stage commenced with the publication of this Tender Notice. The PSQ questions and assessment methodology are set out in the PSQ Guidance Document, and on AWARD\u00ae. All suppliers who submit a compliant PSQ\n response (as described in the PSQ Guidance Document, and including checks on whether the supplier is excluded or excludable) and achieve a \u0027Pass\u0027 for all PSQ questions will be invited to the next stage of the procurement process and will be issued with the Invitation to\n Negotiate (ITN). Any other suppliers who submitted a PSQ response will not be taken through to the Initial Tender Stage of the procurement process and will not participate any further in the FDSS procurement.\nb.Initial Tender Stage. \nThe ITN will be issued to all suppliers shortlisted following the assessment of their PSQ responses (the \"Tenderers\"). Following a bidder conference Tenderers will be invited to submit Initial Tenders which will be assessed by the Authority in accordance with the assessment\ncriteria and methodology set out in the ITN. The Authority reserves the right to refine the award criteria during the procurement process to the extent permitted by the Procurement Act 2023. The Authority intends to down-select at Initial Tender stage up to a maximum of 3 \nTenderers as described in the ITN. \nAny other Tenderers who submitted an Initial Tender response will not participate any further in the FDSS procurement.\nc.Negotiation Stage. \nFollowing assessment of Initial Tenders, down selection and the provision of feedback to Tenderers, the Authority will hold a series of negotiation meetings with those down selected Tenderers to discuss any key issues. This Negotiation Stage will continue until the Authority is satisfied that all key issues have been thoroughly discussed and it has decided on its position in relation to those key issues. At that stage, the Authority will close the Negotiation Stage and issue the Invitation to Submit Final Tenders (ISFT). \nd.ISFT Stage. \nOnce the Authority has closed the Negotiation Stage, Tenderers will be invited to submit Final Tenders through the issue of the ISFT. Final Tenders will be evaluated in accordance with the assessment criteria and methodology set out in the ISFT to identify the Most Advantageous Tender (MAT). \ne. Approvals and award stage.\nSubject to final Authority approvals, and a mandatory standstill period, the Tenderer offering the MAT in their Final Tender will be awarded the Contract."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "specialRegime": [
      "defenceSecurity"
    ],
    "status": "active",
    "submissionMethodDetails": "https://award.commercedecisions.com/dsp/web/project/8f0a153e-345d-4b18-a1d4-a544f778ba9b/register",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "Future Defence Support Services (FDSS)",
    "value": {
      "amount": 8000000000.0,
      "amountGross": 9600000000.0,
      "currency": "GBP"
    }
  }
}