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: 035170/S 000-2026
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Not applicable

UKPGA UK3: Planned Procurement Notice

I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Ministry of Defence
National registration number: PHVX-4316-ZVGZ

Postal address: DMS Whittington
Town: Lichfield
Region: Staffordshire CC
Postal code: WS14 9PY
Country: United Kingdom

Contact Person: Marcus Mosley
Email: marcus.mosley101@mod.gov.uk

Internet address

I.3) Communication
Tenders or requests to participate must be submitted
Electronically
Submission via Defence Sourcing Portal only

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

II) Object
II.1.1) Title
UK3 – Provision of Outward Mindset Sustainment and Implementation
Reference number: 715730536

II.1.3) Type of contract
Services

II.1.4) Short description
CONTRACT FOR THE PROVISION OF OUTWARD MINDSET IMPLEMENTATION AND SUSTAINMENT
The Authority has a requirement for the provision of Outward Mindset Implementation and Sustainment.
The Authority requires a formal training package, accredited by the Arbinger Institute, to establish principles and tools that help teams and leaders work more effectively together, creating lasting improvements in leadership and operations. The Authority requires this through two areas:
Outward Mindset Delivery – a formal training package to establish principles and tools that help teams and leaders work more effectively together, creating lasting improvements in leadership and operations.
Train The Trainer – coaching support, tools, materials and upskilling sessions as required by the DMA facilitators to develop their skills in identifying, diagnosing and resolving conflict at the lowest possible level, and providing support to others in that process.
Cyber Security: The MoD has a duty to protect itself from Cyber threats and now we extend this to Suppliers we engage with. As an extension of the Government’s Cyber Essentials Scheme, the MoD working together with Industry and other Government Departments, have developed a more robust Cyber Security Model, under the umbrella of the Defence Cyber Protection Partnership (DCPP). All prime contractors must have the cyber security controls specified in DEF Stan 05-138 (Cyber Security for Defence Suppliers), as appropriate to the cyber risk level specified in the contract.
The Authority has determined the level of risk at Level 1 (foundational) RAR-JJTDKK2 as defined in DEF Stan 05-138. In order to do business with the MOD you must have the cyber security controls required as shown above.
The Tender will be evaluated on a MAT (Most Advantageous Tender) Ratio:
i. Technical (Non-cost Award Criteria) 40%
ii. Commercial (Cost) 60%
The overall Tender will be evaluated using the Weighted Value for Money Index MAT Methodology as follows:
(wQ)
(wC)
Non – cost score^ x1,000,000 = Weighted VFM Index
cost
wQ = weighting of non-cost criteria
wC = weighting applied to cost
Should you have any questions please contact Marcus.mosley101@mod.gov.uk

II.1.7) Total value of the procurement
Value (including VAT)
331,662.24
Value (excluding VAT)
276,385.20
Currency
GBP

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

II.2.2) CPV codes
Main CPV codes
80500000
80532000
80570000

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

II.2.5) Award Criteria
Quality
Name: Technical (non-Cost Award Criteria)
Weighting: 40

Cost
Name: Commercial (Cost)
Weighting: 60

II.2.6) Estimated Value
Value (excluding VAT)
276,385.20
Currency
GBP

II.2.7) Contract dates (estimated)
Start
2026-09-01 00:00
End
2029-08-31 23:59
Duration
3 years

II.2.11) Information about options
Options: Yes
Description of options
2x Option years (1+1 Format)

II.3) Estimated date of publication of contract notice
2026-04-28 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)

IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure

IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2026-05-20 15:00
Estimated award decision date
2026-08-01 23:59

IV.2.2) Tender submission deadline
2026-07-02 10:00

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

VI) Complementary information
Link to source/bidding documents

VI.5) Date of dispatch of this notice
2026-04-17 12:47

RELATED ARTICLES

April 19, 2026

UK3 - Planned Procurement Notice

Type of document: Contract Notice Country: United Kingdom Publication Ref: 035225/S 000-2026 Nature of contract: Supply contract Procedure: Not specified Regulation of procurement: Not applicable Type

April 19, 2026

Collection, Marketing, Sale & Disposal of Commercial Assets for NAD and MSHQ Declarers

Type of document: Contract Notice Country: United Kingdom Publication Ref: 035139/S 000-2026 Nature of contract: Service contract Procedure: Not specified Regulation of procurement: Not applicable Type