Tender

Aircraft Commodity Consumables

DEFENCE EQUIPMENT AND SUPPORT

This public procurement record has 3 releases in its history.

Tender

04 Aug 2025 at 14:00

Planning

22 May 2025 at 11:23

Planning

28 Feb 2025 at 15:27

Summary of the contracting process

The tender process for the "Aircraft Commodity Consumables" project is being initiated by the Defence Equipment and Support, a central government public authority in Bristol, United Kingdom. This active procurement is a selective procedure inviting competitive bids to supply approximately 11,000 consumable aircraft spares, with a possibility of expanding to 15,000 items. Prospective suppliers are expected to deliver spares to various Ministry of Defence locations across the UK. The procurement falls under the industry category "Parts for aircraft" and spans a timeline where expressions of interest are due by 14 September 2025, with a subsequent bid conference expected in late October. The procurement stage is currently at the tender stage, and the planned contract period is from 1 April 2026 to 31 March 2029, with options extending to 2033. The gross estimated value of the contract is £76,659,421.00.

This tender offers substantial business growth opportunities, especially for enterprises specialising in aircraft parts supply, logistics, and contract management services. Firms with strengths in airworthiness compliance, technical oversight, and capabilities in managing complex supply chains will find this procurement aligns well with their expertise. Additionally, the opportunity is notably suitable for SMEs, as indicated by the tender’s explicit mention of SME suitability. Suppliers will be required to demonstrate robust service delivery capabilities and adhere to high cybersecurity standards, with a complex regulatory environment managed under the Military Aviation Authority's guidance. This presents an accessible avenue for businesses to establish long-term contracts with a renowned entity like the Ministry of Defence, allowing for a reliable revenue stream and the enhancement of the supplier’s professional reputation within the defence sector.

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

Aircraft Commodity Consumables

Notice Description

The Support Capabilities & Commodities Team have a requirement to deliver approved Commercial of the Shelf (COTS) aircraft spares to MOD locations within the United Kingdom. The initial scope of Aircraft Commodity Consumables (ACC) will comprise of approximately 11,000 consumable aircraft spares with unique NATO Stock Numbers (NSN's), however there is a requirement to implement a mechanism in the contract to permit scope expansion, up to a maximum of 15,000 NSN's. ACC will require the following services: a. Contract Management b. Delivery of Service (including supply chain analysis to influence supply chain modelling) c. Delivery of Spares to the Support Capabilities & Commodities Depot d. Obsolescence Management e. Ad hoc Technical Support The core element of the ACC project requires prospective suppliers to carry out spares modelling and procurement activity utilising assumptions and historical consumption data to evaluate future spares requirements. This spares modelling will demonstrate that the proposed spares procurements will meet predicted future requirements and provide confidence in spares availability across all consuming Defence platforms. Airworthiness is a material attribute that reflects the time, cost and effort in accurately evidencing (and documenting) that an item was produced in accordance with its design or specification by an organisation with appropriate credentials for the intended use. For the consumable items included within the scope of ACC, the sum-total of the item, labelling and accompanying documentation (including traceability to source with evidence that the manufacturer has recognised quality management system) form the argument that the item is "Airworthy". This enables the maintainers, Military Continuing Airworthiness Organisations (MilCAMOs), to use the items to fix an aircraft. Therefore, if the items delivered do not meet the requirements placed on the MilCAMOs then the items cannot be used on an aircraft. Our regulator, the Military Aviation Authority (MAA), set Regulatory Articles (RAs) that civil servants working in the Defence Air Environment (DAE) are legally obliged to follow. The collection of these rules and supporting guidance is known as the MAA Regulatory Publications (MRP). The role of the Engineering Authority (EA) is to provide technical oversight and assurance, ensuring that civilian standards of Safety are achieved So Far As Reasonably Practicable achieved and that any residual risk(s) are transferred to Aviation Duty Holders (ADHs). This should be accomplished through compliance with the MRP and applicable aerospace standards. Where regulatory compliance cannot be achieved the EA should compile evidence and apply to the regulator for 'Alternative Acceptable Means of Compliance', a Waiver or an Exemption. Where compliance with Aerospace standards cannot be achieve the EA is responsible for ensuring risk is identified, evaluated and where appropriate transferred to ADHs. There are no plans to issue Design Organisation "privilege " as part of ACC. The Platforms supported through ACC have planned Out of Service Dates (OSDs) between 2025 and 2046 (in accordance with the Strategic Defence Review 24/25. Between 2025 and 2046 a number of manned and unmanned platforms may be introduced into service, contract amendments may be required to provide consumables for these platforms. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is High (Reference - RAR-250128A16) Transfer of Undertakings (Protection of Employments) (TUPE) will apply to this requirement. UK1: Pipeline notice was published under Notice identifier: 2025/S 000-024717 UK2: Preliminary market engagement notice was published under Notice identifier: 2025/S 000-007556

Lot Information

Lot 1

Options: 4 x 1-year options

Renewal: Possible extension to 31 March 2033

Planning Information

Request for Information question set, see opportnity listing: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59593

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e8b9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/045692-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34731000 - Parts for aircraft

Notice Value(s)

Tender Value
£63,882,850 £10M-£100M
Lots Value
£63,882,850 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Aug 20256 months ago
Submission Deadline
24 Aug 2025Expired
Future Notice Date
1 Aug 2025Expired
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2029 3-4 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DEFENCE EQUIPMENT AND SUPPORT
Contact Name
Rebecca Pierce
Contact Email
rebecca.pierce103@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
Not specified

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

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-04e8b9-2025-08-04T15:00:01+01:00",
    "date": "2025-08-04T15:00:01+01:00",
    "ocid": "ocds-h6vhtk-04e8b9",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PVRL-5831-GLMM",
            "name": "Defence Equipment and Support",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVRL-5831-GLMM"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "email": "rebecca.pierce103@mod.gov.uk",
                "name": "Rebecca Pierce"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-equipment-and-support",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVRL-5831-GLMM",
        "name": "Defence Equipment and Support"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Request for Information question set, see opportnity listing: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59593",
                "dueDate": "2025-04-11T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "007556-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/007556-2025",
                "datePublished": "2025-02-28T15:27:01Z",
                "format": "text/html"
            },
            {
                "id": "024717-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024717-2025",
                "datePublished": "2025-05-22T12:23:00+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "714111455",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Aircraft Commodity Consumables",
        "description": "The Support Capabilities & Commodities Team have a requirement to deliver approved Commercial of the Shelf (COTS) aircraft spares to MOD locations within the United Kingdom. The initial scope of Aircraft Commodity Consumables (ACC) will comprise of approximately 11,000 consumable aircraft spares with unique NATO Stock Numbers (NSN's), however there is a requirement to implement a mechanism in the contract to permit scope expansion, up to a maximum of 15,000 NSN's. ACC will require the following services: a. Contract Management b. Delivery of Service (including supply chain analysis to influence supply chain modelling) c. Delivery of Spares to the Support Capabilities & Commodities Depot d. Obsolescence Management e. Ad hoc Technical Support The core element of the ACC project requires prospective suppliers to carry out spares modelling and procurement activity utilising assumptions and historical consumption data to evaluate future spares requirements. This spares modelling will demonstrate that the proposed spares procurements will meet predicted future requirements and provide confidence in spares availability across all consuming Defence platforms. Airworthiness is a material attribute that reflects the time, cost and effort in accurately evidencing (and documenting) that an item was produced in accordance with its design or specification by an organisation with appropriate credentials for the intended use. For the consumable items included within the scope of ACC, the sum-total of the item, labelling and accompanying documentation (including traceability to source with evidence that the manufacturer has recognised quality management system) form the argument that the item is \"Airworthy\". This enables the maintainers, Military Continuing Airworthiness Organisations (MilCAMOs), to use the items to fix an aircraft. Therefore, if the items delivered do not meet the requirements placed on the MilCAMOs then the items cannot be used on an aircraft. Our regulator, the Military Aviation Authority (MAA), set Regulatory Articles (RAs) that civil servants working in the Defence Air Environment (DAE) are legally obliged to follow. The collection of these rules and supporting guidance is known as the MAA Regulatory Publications (MRP). The role of the Engineering Authority (EA) is to provide technical oversight and assurance, ensuring that civilian standards of Safety are achieved So Far As Reasonably Practicable achieved and that any residual risk(s) are transferred to Aviation Duty Holders (ADHs). This should be accomplished through compliance with the MRP and applicable aerospace standards. Where regulatory compliance cannot be achieved the EA should compile evidence and apply to the regulator for 'Alternative Acceptable Means of Compliance', a Waiver or an Exemption. Where compliance with Aerospace standards cannot be achieve the EA is responsible for ensuring risk is identified, evaluated and where appropriate transferred to ADHs. There are no plans to issue Design Organisation \"privilege \" as part of ACC. The Platforms supported through ACC have planned Out of Service Dates (OSDs) between 2025 and 2046 (in accordance with the Strategic Defence Review 24/25. Between 2025 and 2046 a number of manned and unmanned platforms may be introduced into service, contract amendments may be required to provide consumables for these platforms. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is High (Reference - RAR-250128A16) Transfer of Undertakings (Protection of Employments) (TUPE) will apply to this requirement. UK1: Pipeline notice was published under Notice identifier: 2025/S 000-024717 UK2: Preliminary market engagement notice was published under Notice identifier: 2025/S 000-007556",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34731000",
                        "description": "Parts for aircraft"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amountGross": 76659421,
            "amount": 63882850.83,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2033-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 76659421,
                    "amount": 63882850.83,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Weightings will be set out in the associated tender documents",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Weightings will be set out in the associated tender documents"
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Weightings will be set out in the associated tender documents"
                        },
                        {
                            "type": "quality",
                            "name": "Commercial",
                            "description": "Weightings will be set out in the associated tender documents"
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 2,
                    "maximumCandidates": 3
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "See PSQ document"
                        },
                        {
                            "type": "technical",
                            "description": "See PSQ document"
                        },
                        {
                            "description": "Within the PSQ there are a mix of questions: Pass/Fail, a Fail resulting in exclusion from further participation in the tendering process; and scored Questions. For those suppliers who Pass all of the Pass/Fail questions, their overall technical score will determine their ranking. Those ranking in the Top 3 will be invited to Tender. Where there is a tie at Positions 2 and 3 (or more), the decision on which supplier will be Invited to Tender will be based initially on the highest score on question 17 of the Technical Conditions of Participation. Where this still results in a tie, the decision will be based on the highest score for question 15. This will continue by referring to the score for question 19, question 18 and finally question 20 or until a supplier is selected for 3rd place. In addition, the Authority shall only proceed with those suppliers who have achieved a minimum score of 40. If this process does not result in a clear 3rd place then the Authority reserves the right to proceed to tender with additional suppliers who share equal 3rd position.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "renewal": {
                    "description": "Possible extension to 31 March 2033"
                },
                "hasOptions": true,
                "options": {
                    "description": "4 x 1-year options"
                }
            }
        ],
        "status": "active",
        "communication": {
            "futureNoticeDate": "2025-08-01T23:59:59+01:00"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "An Invitation to Tender (ITT) will be issued to those successful at PSQ. A Bidder's Conference will be held to allow suppliers to seek clarification from the Authority on how they wish for industry to respond to the ITT via dialogue. A group session will be held initially, followed by individual sessions with each supplier to allow for commercially sensitive information to be discussed. It is anticipated that the Bidders Conference will be held week commencing 20 October 2025. Following the Bidder's Conference, suppliers will prepare their ITT responses for submission to the Authority."
        },
        "specialRegime": [
            "defenceSecurity"
        ],
        "submissionMethodDetails": "https://contracts.mod.uk/go/3938503501987549EC1C",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-09-14T23:59:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-08-24T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-02-27T23:59:59+00:00"
        },
        "lotDetails": {
            "noLotsDivisionRationale": "Analysis of the market and feedback from industry via the Request for Information indicated that a lot-based approach will not be feasible for this procurement due to the risk of making the contract excessively technical and expensive to manage, and the need to coordinate various different contractors which could undermine the efficient management of the contract by a Prime. Due to the multiple supplier relationships that would be required as part of Lots, there is a significant risk of the Authority receiving a sub-optimal level of integrated service support and delivery or spares across the multiple Air platforms should there be any relationship breakdowns between suppliers, the contracting Authority and our Mission Partners, with the potential to impact aircraft availability and/or increased risk to life through deferment of maintenance activities."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Suppliers who are successful will be invited to tender via the DSP."
            },
            {
                "id": "045692-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045692-2025",
                "datePublished": "2025-08-04T15:00:01+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "All payments will be made through the Authority's Contracting, Purchasing & Finance (CP&F) system (Exostar) and will be in accordance with future contractual arrangements."
        },
        "riskDetails": "1. Suppliers shall be constrained to a list of approved suppliers for the ~11,000 NSN's in scope specified within the Contract Schedule of Requirements and the Codification Support Information System (CSIS). 2. Spares consumption may increase dependent on geopolitical instability. 3. Raw material shortages resulting in disruption to manufacturing facilities which may lead to higher minimum order quantities and/or cost increases. 4. Changes to regulatory requirements."
    },
    "language": "en"
}