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: 083386/S 000-2025
Nature of contract: Service contract
Procedure: Not specified
Regulation of procurement: Not applicable
Type of bid required: Not applicable

Prior information notice without call for competition

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

Contact Person: Emma Eddy
Email: Emma.eddy100@mod.gov.uk

Internet address

I.3) Communication
Tenders or requests to participate must be submitted
Electronically

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

II) Object
II.1.1) Title
Communications Ancillaries and Hearing Protection
Reference number: 715727504

II.1.3) Type of contract
Services

II.1.4) Short description
The Ministry of Defence (MOD) requires a route to market for a range of Communications Ancillaries and Hearing Protection (CA&HP) to meet the varied operational needs of its personnel. This includes the requirement to provide the best tactical hearing protection (HP) on the market, as well as the provision of HP systems compatible with a range of operational environments/scenarios. Suppliers must be capable of providing ongoing support for these HP systems, including maintenance, fault resolution, and updates to ensure continued functionality and compliance with safety standards.
It is essential that suppliers have a reliable route to market to facilitate the ongoing procurement and support of current in-service deliverables, including INVISIO systems. This includes the ability to supply spares and firmware upgrades to ensure continued operational availability and effectiveness of these systems.
Furthermore, the MOD requires suppliers to have the capability to support the integration of hearing protection systems with a wide range of in-service and new-to-service radios and platforms. This includes the development and provision of ancillary equipment to enable seamless interoperability, ensuring personnel can effectively communicate and operate in complex and dynamic environments.
Access to a broad supplier base will ensure the MOD can procure the most suitable and innovative solutions while maintaining flexibility and adaptability to meet future requirements.
Personnel security vetted to SC are required to provide support which includes maintenance and support services.
The Authority can only consider UK registered companies.

II.1.7) Total value of the procurement
Value (including VAT)
50,000,000
Value (excluding VAT)
50,000,000
Currency
GBP

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

II.2.2) CPV codes
Main CPV codes
18444100
32570000
35711000
35712000
50333000

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

II.2.6) Estimated Value
Value (excluding VAT)
50,000,000
Currency
GBP

II.2.7) Contract dates (estimated)
Start
2027-04-01 00:00
End
2030-03-31 23:59
Duration
3 years
Possible extension
2033-03-31 23:59
Extended duration
6 years
This contract is subject to renewal
Yes
Description of renewals
Description of extenstions will be: 3 x 1 Year Options for the continuation of service.
1: 2030 – 2031
2: 2031 – 2032
3: 2032 – 2033
Taken up as per the Contract Terms and Conditons.

II.2.11) Information about options
Options: Yes
Description of options
Authority placed through ad-hoc tasking; generally increase of same scope outlined in the Statement of Work.

II.3) Estimated date of publication of contract notice
2026-02-09 23:59

III) Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Particular suitability
Small and medium-sized enterprises (SME)

III.1.3) Technical and professional ability
Additional technical selection criteria
The Authority can only consider UK registered companies.
Personnel security vetted to SC are required to provide support which includes maintenance and support services.

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
Futher information will be provide in the Tender Notice.

IV.2) Administrative information
IV.2.1) Tender period dates
Estimated award decision date
2026-11-30 23:59

IV.2.4) Languages in which tenders or requests to participate may be submitted
English

Deadline for requests to participate
2026-03-16 23:59

VI) Complementary information

VI.5) Date of dispatch of this notice
2025-12-16 13:46

RELATED ARTICLES

December 18, 2025

Booster pumps Replacement for Nyati Barracks Main Water Storage Facility

Type of document: Contract Notice Country: United Kingdom Publication Ref: 084065/S 000-2025 Nature of contract: Supply contract Procedure: Not specified Regulation of procurement: Not applicable Type

December 18, 2025

Supply Chain Notice: WC1857628 - B, C & D Antennas - Concrete Bases Repairs, Akrotriri (CYPRUS)

Type of document: Contract Notice Country: United Kingdom 1. Title: Supply Chain Notice: WC1857628 – B, C & D Antennas – Concrete