CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 068241/S 000-2025
Nature of contract: Service contract
Procedure: Not specified
Regulation of procurement: Not applicable
Type of bid required: Not applicable

UKPGA UK1: Pipeline Notice

I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Defence Equipment and Support
National registration number: PVRL-5831-GLMM

Postal address: MOD Abbey Wood
Town: Bristol
Region: Bath and North East Somerset, North Somerset and South Gloucestershire
Postal code: BS34 8JH
Country: United Kingdom

Email: Laura.Harding112@mod.gov.uk

Internet address

I.4) Type of the contracting authority
Public authority – central government

II) Object
II.1.1) Title
In Service Support of Platform Data Management Systems
Reference number: 715655450

II.1.3) Type of contract
Services
Special regime
DefenceSecurity

II.1.4) Short description
Description
The Ministry of Defence (MOD) intends to initiate the procurement process for a new In-Service Support (ISS) contract covering Platform Data Management (PDM) systems including post-design services, maintenance, technical repairs, replacement component spares, and obsolescence management. The systems installed across Royal Navy Type 23 Frigates, Single Role Mine Hunters, Vanguard Class Submarines, and Royal Fleet Auxiliary vessels.
Equipment in scope
PDM2, PDM3, PDM4 and PDM 5 variants
Services required:
Maintenance & Repairs: Provision of maintenance spares, repairs, and engineering support, including defect sentencing, helpdesk, and technical advice (including S2022 defect reports).
Post-Design Services: Support for design changes.
Obsolescence Management: Proactive identification, monitoring and resolution of obsolescence issues.
Configuration Management: Maintenance of configuration control records, system drawings, specifications, and documentation to the latest approved standards.
Documentation & Knowledge Management: Maintenance of all technical documentation, manuals, drawings, and records.
Safety & Environmental Management: Compliance with MOD safety and environmental management standards, including annual safety reviews and hazard log contributions.
Quality Management: Operation of a Quality Management System and regular quality audits.
Performance & Reporting: Attendance to progress meetings, performance reports, including KPIs, risk registers, and meeting minutes.
Training: Provision of Train the Trainer and surge training as required.
Supplementary tasks
Additional health checks, operator/maintainer training, and technical support as required
Standards and Compliance
The contractor must comply with all relevant MOD and statutory standards. At this stage (Pipeline Notice), it’s not always possible to provide a definitive list, as the specific standards will depend on the final scope of work and contract requirements. However, this typically includes:
MOD standards such as Defence Standards (DEFSTANs), Joint Service Publications (JSPs), and relevant MOD policy documents.
Statutory standards, including UK legislation on health and safety, environmental protection, and data protection.
Any additional standards specified in the Statement of Requirement or contract documentation.
If more detail is required later in the process, we can clarify the applicable standards based on the finalised requirements.
Risk and Security Considerations
MOD security regulations apply.
Suppliers must meet relevant security clearance requirements. Personnel who require access to classified information or MOD sites must hold Security Check (SC) clearance.
National security and sensitive site information will be managed in accordance with PA 2023 Section 94 and MOD policy.
Procurement Procedure
A Direct Award to the Original Equipment Manufacturer (OEM), Ultra Maritime, is anticipated for the in-service support of Platform Data Management (PDM) Systems. This approach is justified on both technical and intellectual property grounds:
Technical Justification: Ultra Maritime is the Design Authority and has unique specialist knowledge, proprietary test and repair equipment, and the necessary technical expertise to support the PDM systems fitted to Royal Navy and RFA vessels. The complexity and criticality of these systems, along with the need for ongoing support, updates, and obsolescence management, mean that only Ultra Maritime can deliver the required services without significant risk to operational readiness.
Intellectual Property: Ultra Maritime holds exclusive intellectual property rights for the design, software, and test infrastructure of the PDM systems. This restricts the Authority’s ability to transfer support to an alternative supplier without unacceptable risk or disruption.
The procurement process will comply with the requirements of the Procurement Act 2023 and the Single Source Contract Regulations (SSCR) 2014. Further details, including the final procurement procedure, will be confirmed in the tender notice.
Social Value and Sustainability
This procurement will include a focus on social value, in line with the Government’s Social Value Model and as mandated by procurement policy.
Suppliers will be required to demonstrate how they will deliver additional social, economic, and environmental benefits through the contract.
Sustainability will be prioritised, with a focus on repair over replacement and minimising environmental impact.

II.1.5) Estimated Total Value
Value (including VAT)
20,000,000
Value (excluding VAT)
16,666,666.67
Currency
GBP

II.2) Description
II.2.1) Title
Contract/Lot No
1

II.2.2) CPV codes
Main CPV codes
34933000
63724000

II.2.3) Place of performance
NUTS code
UK – United Kingdom

II.2.7) Contract dates (estimated)
Start
2027-07-01 00:00
End
2035-12-31 23:59
Duration
8 years 6 months
Possible extension
2037-12-31 23:59
Extended duration
10 years 6 months
This contract is subject to renewal
Yes

II.3) Estimated date of publication of contract notice
2025-10-24 23:59

IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Direct award

VI) Complementary information
Link to source/bidding documents

VI.5) Date of dispatch of this notice
2025-10-24 14:26

VII) Changes/Modifications

VII.2) Other additional information
The expiry date of the Pipeline Notice has been amended to correct an administrative error in the original notice. The new date accurately reflects the intended procurement timeline.

RELATED ARTICLES

December 15, 2025

Sensor Health Channel Management

Type of document: Contract Notice Country: United Kingdom 1. Title: SENSOR HEALTH CHANNEL MANAGEMENT 2. Awarding Authority: Ministry of Defence, GB Email:

December 15, 2025

Stakeholder Discovery Questionnaire: IOD Barriers and Opportunities - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: Stakeholder Discovery Questionnaire: IOD Barriers and Opportunities 2. Awarding Authority: Defence Science and Technology