Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 072917/S 000-2025
Nature of contract: Service contract
Procedure: Not specified
Regulation of procurement: Not applicable
Type of bid required: Not applicable
Contract 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: ukstratcom-defsp-fdss-mu@mod.gov.uk
Internet address
I.3) Communication
Tenders or requests to participate must be submitted
Electronically
The FDSS Project Team is awaiting the outcomes of the final governance step before the team will be able to proceed to the publication of the Tender Notice (UK4)
I.4) Type of the contracting authority
Public authority – central government
II) Object
II.1.1) Title
Future Defence Support Services (FDSS)
Reference number: FDSS UK1
II.1.3) Type of contract
Services
Special regime
DefenceSecurity
II.1.4) Short 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 SP&IM Materiel Range)
• A worldwide Storage & Stock Management capability for the SP&IM Materiel Range and
the full Authority Managed Materiel range of Defence Materiel, noting:
o Will include the receipt, store, 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.
The SP&IM 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
• 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:
• Fire Control Equipment
• 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 and Stationery
• Furniture, Fittings and Lighting
• Hardware, Abrasives, Brushes, Paints and Adhesives
• Musical and Photographic Equipment
• Industrial Gases and Chemicals
Potential Future scope during the duration of the contract may include:
• Expansion of scope of sourcing, procurement and inventory management scope to increase 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 of movement.
• Expansion of role in repair maintenance, repair and calibration of Medical equipment in support of medical equipment
• Increased scope of responsibility for disposal services.
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
The scope of activity required by the Authority may require contractors to team with one or more companies
to deliver the full, end to end, output-based FDSS requirement using the suppliers underpinning IS/IT. By
its nature, MOD expects to see SME involvement in the sourcing of the commodities but managed
holistically by the winning Bidders.
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.
The Common Procurement Vocabulary (CPV) Code is 75131000 – Government services
• Packaging and Handling Equipment
• Food Preparation Equipment and Agricultural Supplies
• Weapons, Weapon Spares and Ancillaries
II.1.7) Total value of the procurement
Value (including VAT)
9,600,000,000
Value (excluding VAT)
8,000,000,000
Currency
GBP
II.2) Description
II.2.1) Title
Contract/Lot No
1
II.2.2) CPV codes
Main CPV codes
03410000
09211000
15000000
15800000
18000000
22470000
24000000
30190000
31000000
31625000
33000000
34300000
34731000
34900000
35100000
35800000
37300000
37420000
38000000
38650000
39100000
39162000
39200000
39500000
39800000
42130000
42500000
42600000
42961400
44100000
44400000
44423300
44440000
44500000
44600000
44619000
44800000
50000000
60160000
60180000
60200000
60400000
60640000
63100000
63111000
63120000
63520000
75131000
79991000
II.2.3) Place of performance
NUTS code
UK – United Kingdom
II.2.6) Estimated Value
Value (excluding VAT)
8,000,000,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2028-06-05 00:00
End
2038-06-04 23:59
Duration
10 years
Possible extension
2040-06-05 23:59
Extended duration
12 years 1 day
This contract is subject to renewal
Yes
Description of renewals
Contract can be extended by 2 x 12 months
II.2.11) Information about options
Options: Yes
Description of options
additional scope that could be added to the FDSS contract are; further commodity procurement, additional warehousing and additional transportation requirements.
II.3) Estimated date of publication of contract notice
2025-11-14 23:59
III) Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
Additional technical selection criteria
as per the Procurement Specific Questionnaire (PSQ) that will accompany the Tender Notice
IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive flexible procedure
IV.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at
Step 1 – Nov 25 Publish tender notice, and Procurement Specific Questionnaire (PSQ) along with associated interim
tender documents
Step 2 – Receive requests to participate along with completed PSQ
Step 3 – Determine whether the supplier is an excluded or excludable supplier
Step 4 – Evaluate PSQ’s – Part 3a of the PSQ will be evaluated using a Pass/Fail mechanism.
Step 5 – Notify Suppliers of PSQ Pass/Fail – all Suppliers that Pass will be issued an ITN
Step 6 – Issue full set of Tender 1 Docs to all Suppliers that have passed the PSQ
Step 7 – Feb/Mar 26 Bidders conference will be held
Step 8 – Receive Tender 1 back from Bidders
Step 9 – Undertake evaluation in accordance with Award Criteria
Step 10 – Notify suppliers and invite to the next stage, the Negotiation phase, up to 3 Suppliers will be taken through to the negotiation phase.
Step 11 – Start negotiation phase
Step 12 – Issue Tender 2
Step 13 – Receive Tender 2 (final tender) back from Bidders
Step 14 – Assess final tender
Step 15 – Issue Assessment summaries
Step 16 – Publish contract Award Notice
Step 17 – Observe mandatory standstill period – minimum 8 working days
Step 18 – Enter into contract
IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2025-11-17 23:59
Estimated award decision date
2027-10-01 23:59
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Deadline for requests to participate
2025-12-01 23:59
VI) Complementary information
VI.5) Date of dispatch of this notice
2025-11-11 15:49