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: 027783/S 000-2026
Nature of contract: Public works contract
Procedure: Not specified
Regulation of procurement: Not applicable
Type of bid required: Not applicable

UKPGA UK4: Tender 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

Contact Person: Laurence Burdock
Email: laurence.burdock100@mod.gov.uk

Internet address

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

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

II) Object
II.1.1) Title
712352453-PA23 – DM/00179 – Replacement Safety and Monitoring System at DM Beith and DM Gosport-UK4
Reference number: 712352453

II.1.3) Type of contract
Works
Special regime
DefenceSecurity

II.1.4) Short description
The Authority seeks a contractor to design, supply, install, test and support a replacement Safety & Monitoring (S&M) System for Defence Munitions facilities. The new digital COTS-based system will provide critical safety interlocking, monitoring of safety circuits and site events, CCTV and audio capability, UPS support, and integration with existing site systems.
The contractor will deliver detailed design, security impact assessment, verification and acceptance testing, installation planning and execution, updated technical documentation, and compliance with all relevant DSA, Def Stan, electrical, EMC and security requirements. Through-life responsibilities include configuration and software management, obsolescence management, training, defect rectification, health checks, and technical support. A full project management framework and schedule, with regular reporting and change control, is required.

II.1.7) Total value of the procurement
Value (including VAT)
6,600,000
Value (excluding VAT)
5,500,000
Currency
GBP

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

II.2.2) CPV codes
Main CPV code
45233292

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

II.2.5) Award Criteria
Quality
Name: PSQ

II.2.6) Estimated Value
Value (excluding VAT)
5,500,000
Currency
GBP

II.2.7) Contract dates (estimated)
Start
2026-12-01 00:00
End
2031-05-06 23:59
Duration
4 years 5 months 6 days

II.2.9) Information about the limits on the number of candidates to be invited
Maximum number
5

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)

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
This procurement will be conducted using the Competitive Flexible Procedure in
accordance with Procurement Regulations 2024.
This multi-stage procurement process will consist of the following stages:
1. PSQ – Procurement Specific Questionnaire
2. ITT – Invitation to Tender Stage (plus another potential industry day for downselected suppliers if required)
3. Contract Award
Conditions of Participation (COP):
Suppliers will be required to demonstrate that they meet the minimum standard for the
Replacement Safety and Monitoring System and will be assessed on the following areas on a
pass/fail basis as outlined in the PSQ and PSQ Guidance Documents issued at the same
time as this notice. Suppliers who pass the PSQ stage will then be invited to submit
tenders at the ITT stage.
Full details of the evaluation methodology will be provided in the ITT documentation to
suppliers that satisfy the COP and are shortlisted to the ITT stage. Tenderers will be given
appropriate time to respond with their tenders.
The final evaluation and contract award will be based solely on the award criteria set out
in the ITT documentation.
The estimate timeline to contract is as follows;
PSQ to be submitted by 7th May 2026
ITT to be issued around 11th June 2026
Contract to be awarded by 20th November 2026
Indicative contract start date is 1st December 2026
These timescales are purely indicative and could be subject to change.

IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2026-04-16 10:00
Estimated award decision date
2026-11-20 23:59

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

Deadline for requests to participate
2026-05-07 10:00

VI) Complementary information
Link to source/bidding documents

Conflicts assessment prepared/revised
Yes

VI.5) Date of dispatch of this notice
2026-03-26 10:59

RELATED ARTICLES

March 27, 2026

Framework Contract BATUK

Type of document: Contract Notice Country: United Kingdom Publication Ref: 027905/S 000-2026 Nature of contract: Public works contract Procedure: Open procedure Regulation of procurement: Not

March 27, 2026

Electric Vehicle Charging Infrastructure (EVCI) TSP

Type of document: Contract Notice Country: United Kingdom Publication Ref: 027613/S 000-2026 Nature of contract: Service contract Procedure: Not specified Regulation of procurement: Not applicable Type