Tender

Defence Soft FM

MINISTRY OF DEFENCE

This public procurement record has 8 releases in its history.

TenderUpdate

15 Jul 2025 at 07:15

Tender

17 Jan 2025 at 12:50

Planning

05 Sep 2024 at 12:58

TenderUpdate

30 Apr 2024 at 13:46

Tender

20 Jul 2023 at 15:20

Planning

28 Oct 2022 at 09:03

TenderUpdate

22 Sep 2021 at 21:45

Planning

27 Jul 2021 at 21:45

Summary of the contracting process

The Ministry of Defence (MoD) initiated a significant procurement process titled "Defence Soft FM" aimed at procuring facilities management services, classified under CPV code 79993100, which encompasses management, catering, retail, cleaning, and other essential services. The contracting initiative was being pursued by the Defence Infrastructure Organisation (DIO) headquartered in Lichfield, United Kingdom. Originally at the tender stage as of 17th January 2025, the process was in active pursuit of expressions of interest until its abrupt termination on 15th July 2025 due to unforeseen procurement challenges highlighted after the Pre-Qualification Questionnaire stage. This was amid concerns about potential win restrictions causing supplier uncertainties. This decision was communicated to ensure clarity and maintain bidder trust. The planned procurement exercise intended robust service delivery across various UK regions like the Southwest, Southeast, and the North, thereby shaping the Defence community's operational capabilities and enhancing the ‘Lived Experience’ of its personnel over an 84-month contract period with options for extension. The procurement was to be conducted via selective negotiation under EU procurement rules with pre-set security clearance and suitability checks applied to interested suppliers.

The truncated procurement process noted above signifies substantial business potential for firms in the facilities management industry, particularly those providing services such as catering, waste management, and cleaning, which were core focuses of the tender. Companies with a robust capability to adapt to dynamic contract scopes would find opportunities to capitalize on future MoD tenders. Given the MoD's commitment to continuous operational enhancement and market testing, businesses demonstrating flexibility, innovation, and collaboration could gain a competitive advantage. Although this specific tender was terminated due to procurement process issues, similar future opportunities can be anticipated, and firms are encouraged to maintain readiness for subsequent procurements, potentially even participating in the anticipated re-procurement of such contracts as stipulated by the MoD or DIO through upcoming structured engagement processes.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Defence Soft FM

Notice Description

Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; Stores and armouries; as well as other required FM services.

Lot Information

Southwest

Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services. Quantity or scope: Please see Regional Information Booklets for Lot specific details. Additional information: The above duration is for the core term of 84 months. There will be options years in the form of up to a further 36 month period.

Southeast

Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services. Additional information: The above duration is for the core term of 84 months. There will be options years in the form of up to a further 36 month period.

East

Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; Stores and armouries; as well as other required FM services. Quantity or scope: Please see Regional Information Booklets for Lot specific details. Additional information: The above duration is for the core term of 84 months. There will be options years in the form of up to a further 36 month period.

North

Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services. Quantity or scope: Please see Regional Information Booklets for Lot specific details. Additional information: The above duration is for the core term of 84 months. There will be options years in the form of up to a further 36 month period.

Wales & West Midlands

Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services. Quantity or scope: Please see Regional Information Booklets for Lot specific details. Additional information: The above duration is for the core term of 84 months. There will be options years in the form of up to a further 36 month period.

Scotland & Northern Ireland

Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; Stores and armouries; as well as other required FM services. Quantity or scope: Please see Regional Information Booklets for Lot specific details. Additional information: The above duration is for the core term of 84 months. There will be options years in the form of up to a further 36 month period.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02cd48
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/039777-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

55 - Hotel, restaurant and retail trade services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

50000000 - Repair and maintenance services

55110000 - Hotel accommodation services

55900000 - Retail trade services

79993100 - Facilities management services

90500000 - Refuse and waste related services

90911000 - Accommodation, building and window cleaning services

98311100 - Laundry-management services

98393000 - Tailoring services

Notice Value(s)

Tender Value
£4,162,520,802 £1B-£10B
Lots Value
£4,163,520,799 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Jul 20257 months ago
Submission Deadline
20 Feb 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Attn: Defence Soft FM Commercial Team, Attn: Karen Morgan, Matthew Noble
Contact Email
diocomrcl-sfmfp@mod.gov.uk, matthew.noble117@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
ANDOVER
Postcode
SP11 8HJ
Post Town
Salisbury
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
Not specified

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02cd48-2025-07-15T08:15:27+01:00",
    "date": "2025-07-15T08:15:27+01:00",
    "ocid": "ocds-h6vhtk-02cd48",
    "initiationType": "tender",
    "tender": {
        "id": "2025/S 000-001694",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Defence Soft FM",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79993100",
            "description": "Facilities management services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "50000000",
                "description": "Repair and maintenance services"
            },
            {
                "scheme": "CPV",
                "id": "55110000",
                "description": "Hotel accommodation services"
            },
            {
                "scheme": "CPV",
                "id": "55900000",
                "description": "Retail trade services"
            },
            {
                "scheme": "CPV",
                "id": "90500000",
                "description": "Refuse and waste related services"
            },
            {
                "scheme": "CPV",
                "id": "90911000",
                "description": "Accommodation, building and window cleaning services"
            },
            {
                "scheme": "CPV",
                "id": "98311100",
                "description": "Laundry-management services"
            },
            {
                "scheme": "CPV",
                "id": "98393000",
                "description": "Tailoring services"
            },
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "1",
                "description": "Maintenance and repair services"
            }
        ],
        "mainProcurementCategory": "services",
        "description": "Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; Stores and armouries; as well as other required FM services.",
        "value": {
            "amount": 4162520802.71,
            "currency": "GBP"
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Six regional contracts as follows; Southwest, Southeast, East, North, Wales & West Midlands, Scotland & Northern Ireland."
                }
            },
            {
                "id": "1",
                "classification": {
                    "scheme": "CPV",
                    "id": "79993100",
                    "description": "Facilities management services"
                },
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55110000",
                        "description": "Hotel accommodation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55900000",
                        "description": "Retail trade services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911000",
                        "description": "Accommodation, building and window cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98311100",
                        "description": "Laundry-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98393000",
                        "description": "Tailoring services"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "classification": {
                    "scheme": "CPV",
                    "id": "79993100",
                    "description": "Facilities management services"
                },
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55110000",
                        "description": "Hotel accommodation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55900000",
                        "description": "Retail trade services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911000",
                        "description": "Accommodation, building and window cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98311100",
                        "description": "Laundry-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98393000",
                        "description": "Tailoring services"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "classification": {
                    "scheme": "CPV",
                    "id": "79993100",
                    "description": "Facilities management services"
                },
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55110000",
                        "description": "Hotel accommodation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55900000",
                        "description": "Retail trade services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911000",
                        "description": "Accommodation, building and window cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98311100",
                        "description": "Laundry-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98393000",
                        "description": "Tailoring services"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "classification": {
                    "scheme": "CPV",
                    "id": "79993100",
                    "description": "Facilities management services"
                },
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55110000",
                        "description": "Hotel accommodation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55900000",
                        "description": "Retail trade services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911000",
                        "description": "Accommodation, building and window cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98311100",
                        "description": "Laundry-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98393000",
                        "description": "Tailoring services"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "classification": {
                    "scheme": "CPV",
                    "id": "79993100",
                    "description": "Facilities management services"
                },
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55110000",
                        "description": "Hotel accommodation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55900000",
                        "description": "Retail trade services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911000",
                        "description": "Accommodation, building and window cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98311100",
                        "description": "Laundry-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98393000",
                        "description": "Tailoring services"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "classification": {
                    "scheme": "CPV",
                    "id": "79993100",
                    "description": "Facilities management services"
                },
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55110000",
                        "description": "Hotel accommodation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "55900000",
                        "description": "Retail trade services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90500000",
                        "description": "Refuse and waste related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90911000",
                        "description": "Accommodation, building and window cleaning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98311100",
                        "description": "Laundry-management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98393000",
                        "description": "Tailoring services"
                    }
                ],
                "relatedLot": "6"
            }
        ],
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "The Defence Soft Facilities Management Team are intending to hold an Industry Launch Day on Monday 8th November 2021. Location: Lefroy Lecture Theatre Defence Academy of the UK, Farringdon Road, Shrivenham, Swindon, SN6 8LA Timings: Start 10:00 Finish 14:00 If you wish to reserve a place then please email rosie.clarke155@mod.gov.uk no later than 17:00 on Thursday 30th September 2021 Please ensure your email contains a Point of Contact for when more information is available. Due to COVID-19 restrictions and to allow for social distancing the number of attendees per supplier will be limited. Further detailed and allowed numbers will be confirmed no less than two weeks before the event is due to take place. Please note that this event is being pitched at a strategic level with senior members of Defence Infrastructure Organisation including Chief Operating Officer and the Director Regional Delivery due to attend."
                        },
                        "where": {
                            "section": "II.7",
                            "label": "Insert at the end of the section - II.7"
                        }
                    }
                ]
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "The Authority hereby notifies you that the Defence Soft Facilities Management procurement, reference 702441450 (\"Procurement\") is hereby terminated with immediate effect, in accordance with paragraph 52.1 of the Invitation to Negotiate dated 8th January 2024 (\"ITN\"). Following the withdrawal of a number of Tenderers from the Procurement, the Authority's view is that there are insufficient numbers of Tenderers remaining to deliver genuine competition under the current Procurement process such that the Authority would be able to secure a value for money result and a successful Contract award for each of the Lots. We would like to thank all interested parties for their engagement with the Procurement. Kind Regards, DIO Commercial Director"
                        },
                        "where": {
                            "section": "N/A"
                        }
                    }
                ],
                "description": "The Authority hereby notifies you that the Defence Soft Facilities Management procurement, reference 702441450 (\"Procurement\") is hereby terminated with immediate effect, in accordance with paragraph 52.1 of the Invitation to Negotiate dated 8th January 2024 (\"ITN\"). Following the withdrawal of a number of Tenderers from the Procurement, the Authority's view is that there are insufficient numbers of Tenderers remaining to deliver genuine competition under the current Procurement process such that the Authority would be able to secure a value for money result and a successful Contract award for each of the Lots. We would like to thank all interested parties for their engagement with the Procurement. Kind Regards, DIO Commercial Director"
            },
            {
                "id": "3",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "The Authority hereby notifies you that the Defence Soft Facilities Management procurement, reference 712607459 (\"Procurement\") is hereby terminated with immediate effect, in accordance with paragraph 2.6 of the PQQ Guidance Document issued 17th January 2025. Following the Pre-Qualification Questionnaire response date suppliers raised further concerns regarding the win restrictions. The Authority's view is that the definitions which would trigger the win restrictions may have created uncertainty amongst bidders. The Authority believes that this may have materially influenced bidders' decisions on whether to participate or not. We would like to thank all interested parties for their engagement with the Procurement."
                        },
                        "where": {
                            "section": "N/A"
                        }
                    }
                ]
            }
        ],
        "contractTerms": {
            "financialTerms": "Conditions relating to payment will be specified in the contractual documentation.",
            "otherTerms": "Where the services required are currently delivered through existing MOD contracts it is anticipated that Contractor to Contractor TUPE will apply and in some cases, this may involve ex MOD employees. Where the services are currently delivered by the Authority in house, Authority TUPE will also apply, full details will be provided within the Tender documentation. Those Potential Providers who are successful at PQQ will be required to obtain baseline personnel security standard (BPSS) clearance for their ITN bid personnel prior to issue of the ITN. If BPSS is unattainable the Potential Providers staff will not be able to work on this contract. Potential Providers will require at least one member of staff with BPSS clearance to gain access to tender documentation. Further, any Potential Provider staff who wish to participate in the site visit programme will require BPSS clearance. Site visits may occur imminently after notification of outcome of PQQ. The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding information (e.g. Security Aspect Letter), the authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification. https://www.gov.uk/government/publications/government-security-classifications",
            "tendererLegalForm": "If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the authority. The information sought within the PQQ must be provided for each of the consortium's constituent members, gathered in a single response."
        },
        "minValue": {
            "amount": 3501760451.69,
            "currency": "GBP"
        },
        "hasOptions": true,
        "options": {
            "description": "The contracts will initially run for 84 months (from the award of the contract). The extension option will be for up to a further 36 month period."
        },
        "contractPeriod": {
            "durationInDays": 2520
        },
        "lots": [
            {
                "id": "1",
                "title": "Southwest",
                "description": "Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services. Quantity or scope: Please see Regional Information Booklets for Lot specific details. Additional information: The above duration is for the core term of 84 months. There will be options years in the form of up to a further 36 month period.",
                "value": {
                    "amount": 1188762059.46,
                    "currency": "GBP"
                },
                "minimumValue": {
                    "amount": 999817261.29,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                }
            },
            {
                "id": "2",
                "title": "Southeast",
                "description": "Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services. Additional information: The above duration is for the core term of 84 months. There will be options years in the form of up to a further 36 month period.",
                "value": {
                    "amount": 1042578742.76,
                    "currency": "GBP"
                },
                "minimumValue": {
                    "amount": 876868684.5,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                }
            },
            {
                "id": "3",
                "title": "East",
                "description": "Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; Stores and armouries; as well as other required FM services. Quantity or scope: Please see Regional Information Booklets for Lot specific details. Additional information: The above duration is for the core term of 84 months. There will be options years in the form of up to a further 36 month period.",
                "value": {
                    "amount": 619762540.55,
                    "currency": "GBP"
                },
                "minimumValue": {
                    "amount": 521255941.01,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                }
            },
            {
                "id": "4",
                "title": "North",
                "description": "Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services. Quantity or scope: Please see Regional Information Booklets for Lot specific details. Additional information: The above duration is for the core term of 84 months. There will be options years in the form of up to a further 36 month period.",
                "value": {
                    "amount": 506668404.61,
                    "currency": "GBP"
                },
                "minimumValue": {
                    "amount": 426137268.3,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                }
            },
            {
                "id": "5",
                "title": "Wales & West Midlands",
                "description": "Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; as well as other required FM services. Quantity or scope: Please see Regional Information Booklets for Lot specific details. Additional information: The above duration is for the core term of 84 months. There will be options years in the form of up to a further 36 month period.",
                "value": {
                    "amount": 460882429.67,
                    "currency": "GBP"
                },
                "minimumValue": {
                    "amount": 387628630.08,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                }
            },
            {
                "id": "6",
                "title": "Scotland & Northern Ireland",
                "description": "Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; Stores and armouries; as well as other required FM services. Quantity or scope: Please see Regional Information Booklets for Lot specific details. Additional information: The above duration is for the core term of 84 months. There will be options years in the form of up to a further 36 month period.",
                "value": {
                    "amount": 344866625.67,
                    "currency": "GBP"
                },
                "minimumValue": {
                    "amount": 290052666.51,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                }
            }
        ],
        "subcontracting": {
            "description": "The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed. The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract. The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in part 7 of the DSPCR 2011."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "depositsGuarantees": "Parent company guarantees will be required if applicable.",
            "languages": [
                "en"
            ]
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a candidate is eligible to be invited to tender. A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the authority.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "suitability",
                    "description": "Please see pre-qualification questionnaire and associated documentation.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Further information can be found in PQQ and associated documentation.",
                    "minimum": "Further information can be found in PQQ and associated documentation.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Further information can be found in PQQ and associated documentation.",
                    "minimum": "Further information can be found in PQQ and associated documentation.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "To be provided in pre-qualification questionnaire and ITN as appropriate.",
                    "minimum": "To be provided in pre-qualification questionnaire and ITN as appropriate.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "To be provided in pre-qualification questionnaire and ITN as appropriate.",
                    "minimum": "To be provided in pre-qualification questionnaire and ITN as appropriate.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                }
            ],
            "description": "A pre-qualification questionnaire (PQQ) is provided on the AWARD Portal. Potential providers will need to complete the relevant PQQ questions and submit it electronically as instructed in the PQQ documentation. The authority reserves the right to reject or disqualify a Potential Provider where the PQQ is submitted late. The completed PQQ provides information that allows the MOD to evaluate the potential providers' capacity and capability against the selection criteria set in the PQQ. The authority will use the PQQ response to create a list of suppliers who are eligible to participate under section III.2.1) of this contract notice and who fulfil any minimum capacity levels under sections III.2.2) and III.2.3) of this contract notice and who also best meet the selection criteria set out in the PQQ. Full details of the method for choosing those who will be invited to negotiate are set out in the PQQ and associated documentation. In order to access the PQQ and associated documentation Potential Providers must complete a confidentiality agreement. Potential Providers will be able to access this by following the provided link to the AWARD portal."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated",
        "secondStage": {
            "minimumCandidates": 6,
            "maximumCandidates": 6,
            "invitationDate": "2023-10-06T00:00:00+01:00"
        },
        "tenderPeriod": {
            "endDate": "2025-02-20T12:00:00Z"
        },
        "milestones": [
            {
                "id": "1",
                "type": "securityClearanceDeadline",
                "dueDate": "2025-03-31"
            }
        ],
        "submissionMethodDetails": "https://award.commercedecisions.com/dsp/web/project/7260f2d4-377a-4206-a06e-984030db86d2/register"
    },
    "parties": [
        {
            "id": "GB-FTS-23745",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Infrastructure Organisation, Delancey Building, Marlborough Lines",
                "locality": "Andover",
                "postalCode": "SP11 8HJ",
                "countryName": "United Kingdom",
                "region": "UK"
            },
            "contactPoint": {
                "name": "Matthew Noble",
                "email": "matthew.noble117@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-infrastructure-organisation",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-66977",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "DIO Headquarters, Whittington, St George's House",
                "locality": "Lichfield",
                "postalCode": "WS14 9PY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Karen Morgan",
                "email": "diocomrcl-sfmfp@mod.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-infrastructure-organisation",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-87799",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Infrastructure Organisation, Kentigern House, 65 Brown Street",
                "locality": "Glasgow",
                "postalCode": "G2 8EX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Defence Soft FM Commercial Team",
                "email": "diocomrcl-sfmfp@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-infrastructure-organisation",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-87800",
            "name": "Defence Infrastructure Organisation",
            "identifier": {
                "legalName": "Defence Infrastructure Organisation"
            },
            "roles": [
                "processContactPoint"
            ],
            "details": {
                "url": "https://award.commercedecisions.com/dsp/web/project/2ed81e49-4f5e-4e8f-8688-be6dbe2f4d01/register"
            }
        },
        {
            "id": "GB-FTS-87801",
            "name": "Ministry of Defence, Defence Infrastructure Organisation",
            "identifier": {
                "legalName": "Ministry of Defence, Defence Infrastructure Organisation"
            },
            "address": {
                "streetAddress": "Kentigern House, 65 Brown Street",
                "locality": "Glasgow",
                "postalCode": "G2 8EX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-112440",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Infrastructure Organisation, Kentigern House",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G2 8EX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "diocomrcl-sfmfp@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-infrastructure-organisation"
            }
        },
        {
            "id": "GB-FTS-154457",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "DIO Headquarters, Whittington, St George's House",
                "locality": "Lichfield",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "diocomrcl-sfmfp@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-infrastructure-organisation",
                "buyerProfile": "https://www.gov.uk/government/organisations/defence-infrastructure-organisation"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-154457",
        "name": "Ministry of Defence"
    },
    "language": "en",
    "description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit https://award.commercedecisions.com/dsp/web/project/7260f2d4-377a-4206-a06e-984030db86d2/register for full details and to register your interest in this procurement. In order to access the PQQ and associated documentation Potential Providers will be required to sign a confidentiality agreement. This will be available by following the above link."
}