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: 004752/S 000-2026
Nature of contract: Supply 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: Ryan Yung
Email: DES-LandP2DCCCommercialTeam@mod.gov.uk

Internet address

I.3) Communication
Tenders or requests to participate must be submitted
Electronically
please submit electronically on the DSP –
Link to PSQ –

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

II) Object
II.1.1) Title
714155450 – Personal Hard Armour Framework
Reference number: 714155450

II.1.3) Type of contract
Supplies
Special regime
DefenceSecurity

II.1.4) Short description
The UK Ministry of Defence is establishing a Framework for the procurement of Personal Hard Armour to support its Armed Forces Personnel. The Personal Hard Armour Framework will facilitate the procurement of personal ballistic protection through the pre-approval of suppliers and will deliver agility, consistency, and financial savings in the procurement of personal hard armour – whilst encouraging innovation and optimising organisational outputs.
Defence requires the ability to procure personal hard armour in low and high quantities, with the agility to meet emerging demands.
Potential future requirements and technologies that may utilise the Framework are as below:
a. Osprey Replacement.
b. Reduced threat plates.
c. Buoyant plates.
d. Non-standard shaped plates (complex curvature).
e. Covert plates.
The Authority therefore intends to establish a Closed, non-committal, Defence and Security Framework for an 8 year duration.

II.1.7) Total value of the procurement
Value (including VAT)
250,000,000
Value (excluding VAT)
208,333,333.33
Currency
GBP

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

II.2.2) CPV codes
Main CPV codes
18143000
35812300
35815100
44431000

II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name: Commercial
Weighting: all details of the Commercial requirements shall be set out in the associated Tender documents.

Quality
Name: Technical
Weighting: all details of the Technical requirements shall be set out in the associated Tender documents.

II.2.6) Estimated Value
Value (excluding VAT)
208,333,333.33
Currency
GBP

II.2.7) Contract dates (estimated)
Start
2026-05-29 00:00
End
2034-05-28 23:59
Duration
8 years

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
Details of the Technical ability required as part of the conditions of participation can be found in the Technical Envelope PSQ Guidance document.

IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive flexible procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement

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
3. Contract Award
Conditions of Participation (COP):
Suppliers will be required to demonstrate that they meet the minimum standard for the Personal Hard Armour Framework 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.
•Legal
•Financial
•Technical Capability
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.
There shall be no maximum number of suppliers able to be awarded a place on the Framework

IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2026-02-09 23:59
Estimated award decision date
2026-05-19 23:59

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

Deadline for requests to participate
2026-02-17 23:59

VI) Complementary information
Link to source/bidding documents

Conflicts assessment prepared/revised
Yes

VI.5) Date of dispatch of this notice
2026-01-20 12:00

RELATED ARTICLES

January 22, 2026

Core Applications and Management Service (CAMS) - UK2

Type of document: Contract Notice Country: United Kingdom Publication Ref: 005138/S 000-2026 Nature of contract: Service contract Procedure: Not specified Regulation of procurement: Not applicable Type

January 22, 2026

CMF Alumni Network Platform

Type of document: Contract Notice Country: United Kingdom 1. Title: CMF ALUMNI NETWORK PLATFORM 2. Awarding Authority: Ministry of Defence, GB Email: