Tender

713887451 - GSA9 Tender Notice - UK4

DEFENCE EQUIPMENT AND SUPPORT

This public procurement record has 2 releases in its history.

TenderCancellation

05 Feb 2026 at 10:52

Tender

21 Mar 2025 at 11:44

Summary of the contracting process

The Defence Equipment and Support (DE&S) department of the United Kingdom's Ministry of Defence, located in Bristol, is conducting a procurement process titled "713887451 - GSA9 Tender Notice - UK4", which pertains to the repair and maintenance services of weapons and weapon systems. The process, currently in the Tender stage, is classified under the services industry and utilises a selective procurement method with a competitive flexible procedure. Interested parties were required to express interest by 22nd April 2025, while enquiries were to be submitted by 8th April 2025, with the award period ending on 28th February 2026. This tender has a total value of £21 million (including VAT) with the contract period slated to run from 1st March 2026 to 28th February 2029.

This tender offers valuable business opportunities, particularly for firms specialising in logistics, technical support, and repair services for weapon systems. Businesses equipped with ISO 9001:2015 Quality Management System certification and experience in complex project management and system health checks stand to benefit from this opportunity. The procurement process involves potential growth for companies that can provide comprehensive services in design authority, obsolescence management, and security management. With a competitive flexible procedure, businesses that can demonstrate capability in these areas, while clearing the pre-qualification and technical assessments, could secure a substantial contract influence within the defence industry.

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

713887451 - GSA9 Tender Notice - UK4

Notice Description

The original "Tender Notice" (ref. 010336-2025) for this requirement has been archived and a new "Tender Notice" published. Please disregard the original "Tender Notice". This was due to technical issues and minor administrative changes being required. In-Service Support & Post-Design Services for Gun System Automation Mk9 (GSA9). The support solution will be structured to provide the following services: Logistics Management Technical Support Design Authority Obsolescence Management System Health Checks Safety & Environmental Management Documentation Management Quality Management Software Management Project Management, Meetings & Reporting Configuration Control Test Facilities & Equipment Security Management Provide facility for ad-hoc tasks The total contract value is expected to be PS21M (Inc Vat), brokendown of PS11M (Inc Vat) in core costs and an expected PS10M (Inc Vat) throughput of repair.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04f73b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010342-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK12 - Procurement Termination Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50840000 - Repair and maintenance services of weapons and weapon systems

Notice Value(s)

Tender Value
£17,500,000 £10M-£100M
Lots Value
£17,500,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Feb 20262 weeks ago
Submission Deadline
8 Apr 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Mar 2026 - 28 Feb 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Cancelled
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFENCE EQUIPMENT AND SUPPORT
Additional Buyers

MISSING

Contact Name
Not specified
Contact Email
defcomrcl-systemsguidance@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-04f73b-2026-02-05T10:52:52Z",
    "date": "2026-02-05T10:52:52Z",
    "ocid": "ocds-h6vhtk-04f73b",
    "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": "DefComrcl-SystemsGuidance@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-equipment-and-support",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVRL-5831-GLMM",
        "name": "Defence Equipment and Support"
    },
    "planning": {
        "noEngagementNoticeRationale": "No market engagement required for this procurement, as pre-market engagement was conducted in a previous procurement for this capability."
    },
    "tender": {
        "id": "ocds-h6vhtk-04f73b",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "713887451 - GSA9 Tender Notice - UK4",
        "description": "The original \"Tender Notice\" (ref. 010336-2025) for this requirement has been archived and a new \"Tender Notice\" published. Please disregard the original \"Tender Notice\". This was due to technical issues and minor administrative changes being required. In-Service Support & Post-Design Services for Gun System Automation Mk9 (GSA9). The support solution will be structured to provide the following services: Logistics Management Technical Support Design Authority Obsolescence Management System Health Checks Safety & Environmental Management Documentation Management Quality Management Software Management Project Management, Meetings & Reporting Configuration Control Test Facilities & Equipment Security Management Provide facility for ad-hoc tasks The total contract value is expected to be PS21M (Inc Vat), brokendown of PS11M (Inc Vat) in core costs and an expected PS10M (Inc Vat) throughput of repair.",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50840000",
                        "description": "Repair and maintenance services of weapons and weapon systems"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 21000000,
            "amount": 17500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This procurement will follow a simple two stage competitive flexible procedure, without negotiation or dialogue. The Contracting Authority will carry out a PSQ as the first stage to shortlist a number of suppliers, evaluating suppliers on a combination of Qualification & Technical questions & an assessment of excludable suppliers, connected persons or sub-contractors in accordance with PA 2023. This is available on the DSP & will be used to down-select from an anticipated maximum of 6 suppliers to invite to tender. At the second stage, the Contracting Authority will issue an ITT to the shortlisted suppliers & invite them to submit tenders. If at the first stage it's established that only ONE supplier is shortlisted, letters will be issued to inform unsuccessful suppliers the procurement under the competitive flexible procedure would be cancelled & would switch to Direct Award. Once the ITT has been published to those successful at PSQ, a clarification process will be used during the tender period to allow for suppliers to ask the Authority questions. A summary of the award criteria is in this notice and will be explained in the Tender Evaluation Strategy, which will be published in the DSP, with the ITT. The Authority reserves the right to refine the award criteria before and - where negotiation/final tenders are used - during the Tender period in accordance with section 24 of the Procurement Act 2023. This may include revision to the weightings of the sub-criteria. During this stage there will be no negotiation or dialogue with any shortlisted suppliers. Here is a summary of the stages of the procurement & are as follows: 1 Preliminary market engagement, develop procurement strategy, prepare tender notice and associated tender documents. 2 Publish tender notice and any associated tender documents inviting requests to participate. 3 (Participation period) Receive requests to participate, assess exclusions, conditions of participation, and any other objective criteria set to limit suppliers. 4 Inform suppliers who will not be invited to tender. 5 Invite those who have made it through the participation stage to tender by issuing the invitation to tender. 6 (Tendering period) Receive tenders. 7 Evaluate tenders against the award criteria and determine the most advantageous tender. 8 Inform suppliers of the outcome and issue assessment summaries. 9 Publish the contract award notice (triggering the mandatory or voluntary standstill where appropriate). 10 (8 working days) Following completion of standstill, enter into the contract with the winning supplier. 11 Publish the contract details notice and (if required) a copy of the contract."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59586",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-04-22T23:59:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-04-08T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-02-28T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "cancelled",
                "value": {
                    "amountGross": 21000000,
                    "amount": 17500000,
                    "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": {
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Details can be found in the PSQ."
                        },
                        {
                            "type": "technical",
                            "description": "Prospective contractors are required to hold Quality Management System certification to ISO 9001:2015 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Procurement Specific Questionnaire (PSQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2110."
                        },
                        {
                            "description": "Selection Criteria in the PSQ: PART 1 - Potential Providers must achieve a \"pass\" for all questions. Where a \"Fail\" is scored, the provider will not be taken forward to Part 2 of the evaluation. PART 2 - Potential providers must score a combined minimum of 170 for the 3 (three) weighted questions, and achieve a Pass for all other questions. If a potential provider achieves a score of \"0- Unacceptable\" against any of the 3 (three) weighted questions, this will result in the respondent being excluded from tendering for this requirement. The potential providers who have met the minimum pass criteria, will then be ranked (highest to lowest) on their combined score achieved against the 3 (three) weighted questions in Part 2. The Authority will take the highest ranking potential providers through to the ITT stage up to a maximum of 6 (six) Potential Providers. In a case of a tied ranking which identifies more than 6 (six) potential providers, the Authority will take forward the potential providers who have achieved the highest score for the weighted question (PSQ_2.3.1) If this still results in more than 6 (six) potential providers, the Authority reserves the right to increase the maximum number of potential providers to take through to the invitation to tender stage. Further details can be found within the \"Supplier Guidance\" published with the PSQ.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-03-01T00:00:00+00:00",
                    "endDate": "2029-02-28T23:59:59+00:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Any necessary documents will be uploaded to the DSP & will be visible to suppliers."
            },
            {
                "id": "010622-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010622-2025",
                "datePublished": "2025-03-21T11:44:29Z",
                "format": "text/html"
            },
            {
                "id": "010342-2026",
                "documentType": "tenderCancellationNotice",
                "noticeType": "UK12",
                "description": "Procurement termination notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/010342-2026",
                "datePublished": "2026-02-05T10:52:52Z",
                "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."
        }
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "status": "cancelled",
            "statusDetails": "The procurement is being abandoned due to: 1. All bids received were deemed to be commercially non-compliant, in-line with the ITT pack sent out to all invited bidders. As a result of this, all bids received were not brought forward to the second stage of evaluation (Technical Compliance). 2. Bidders submitted requests for material changes to the draft contract off the back of the self-reported non-compliance that have been deemed unacceptable. 3. The ITT pack outlined that negotiations do not apply to this tendering process, which the ITT rules do not permit the Authority to have further dialogue with the bidders to negotiate acceptable contracting positions. 4. The Authority is now reviewing its requirement for GSA9 Support and how any such requirement may be fulfilled in the future. Any future opportunities will be advertised on Defence Sourcing Portal.",
            "finalStatusDate": "2026-02-02T00:00:00+00:00",
            "relatedLots": [
                "1"
            ]
        }
    ]
}