Tender

Information Technology Service Management

DEFENCE EQUIPMENT AND SUPPORT

This public procurement record has 3 releases in its history.

TenderUpdate

25 Jun 2025 at 10:47

Tender

24 Jun 2025 at 13:40

Planning

03 Apr 2025 at 08:00

Summary of the contracting process

The current procurement process, managed by Defence Equipment and Support, focuses on the provision of Information Technology Service Management (ITSM) services. This service falls under the industry category of information technology services and will primarily operate in the United Kingdom, with an expected reach across global locations. The procurement employs a selective and competitive flexible procedure, and is currently at the tender update stage. Interested parties are invited to submit their expressions of interest through the Defence Sourcing Portal by 21st July 2025. The final award is anticipated by 27th February 2026, with a projected contract start date of 1st April 2026. This initiative is structured under special regime considerations for defence and security, adhering to legal guidelines set forth in the UKPGA 2023/54.

This tender presents significant opportunities for growth and collaboration, particularly favouring businesses with a strong background in IT service management, and those capable of operating under high-security requirements. The emphasis on a collaborative joint mission approach and the need for agility in solutions make this a promising opportunity for innovative small and medium enterprises (SMEs) that can effectively integrate within a Multisource Service Integration (MSI) model. The project prioritises SME involvement, with technical assessment criteria reinforcing the value of SME contributions. Provisional Facility Security Clearance is a requisite for participation, making it ideally suited for firms experienced in managing sensitive defence sector data. Given the substantial role of SMEs in the proposed ecosystem, businesses with the ability to adapt and innovate within secure, high-stakes environments are encouraged to participate.

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

Information Technology Service Management

Notice Description

The Authority seeks Expressions of Interests from qualified providers that have the capability to transition and deliver an IT Service Management (ITSM) managed service via a Multisource Service Integration (MSI) operating model. Through this arrangement the successful supplier(s) will support The Authority to establish strategic partnerships and leverage the expertise, skills, and best practice of internal teams and industry partners across the Enterprise Service Model (ESM) Supplier EcoSystem. ServiceNow shall be used as the single integrated platform for managing all critical ITSM practices and provide a centralised enterprise system for managing service delivery to users. The supplier(s) is expected to support, sustain and optimise ServiceNow (The Authority's platform of choice under this contract) to ensure the tool is delivering maximum value and optimised for performance to both interface and integrate effective with other systems. There is a requirement for the tool to be scalable to evolve to meet current and future business needs. The nature of this delivery space requires industry partners to operate as part of a collaborative joint mission approach to maximise the effectiveness of the whole force, in an operating centre where technical risk is managed at the highest level. Operating in the SECRET Domain, the service will predominantly be UK based but will operate globally in a connected and disconnected state. This creates opportunities for a combined problem centric approach to solving challenges at pace, experimenting with innovative solutions, as well as traditional support requirements. The Contractor is further expected to provide, and work collaboratively with The Authority, and other suppliers (in accordance with the Enterprise Target Architecture): - Transition to Multisource Service Integration (MSI) operating model acting as an enabling function, managing coherence and delivering service management. The Authority will retain the function of Service Integrator to maintain oversight, governance and accountability. - Evolve the ITSM function utilising the key principles laid out in the ITSM strategy - Deliver Service Management Functions aligned to ITIL 4 practices on behalf of The Authority - Support to and optimisation of the ServiceNow tooling (on-prem). - The current and future onboarding of additional industry partners. Training on the usage of the ServiceNow tooling. The initial Contract duration is estimated to be for a period of 5 years with 2 (1 +1) option years. Potential Providers are to note that in order to fulfil this requirement, the chosen supplier will be exposed to and required to safeguard nationally sensitive information/data bearing a security classification up to and including SECRET UK EYES ONLY level. Potential providers are also required to complete vulnerability assessments on the platform as specified by The Authority. The Authority therefore requires potential providers to have Provisional Facility Security Clearance status or be willing to gain FSC status to manage these security requirements throughout the entire supply chain by the Tender issue date. Potential Providers who do not meet this minimum eligibility criteria will be sifted out during the PSQ evaluation stage. Potential suppliers who wish to be sponsored through the FSC process by The Authority to note - there is no financial cost for Suppliers undertaking FSC accreditation, but they may be required to make changes to their site, infrastructure, and business administration, at their own cost, to meet the standards required for accreditation. There is also a requirement for personnel working on the development and implementation system to hold DV clearance. It should be noted that this requirement shall be classed as 'exempt' from PA 2023. This notice is being advertised out for Expressions of Interest and completion of Procurement Specific Questionnaire (PSQ) stage and shall then be removed from the DSP platform and taken forward offline. Based on the size and complexity of this requirement, SME involvement is essential to enable the solution to be as agile as possible. The Authority welcomes innovative ideas to be shared / discussed on how we can better understand and utilise SMEs throughout The IT Service Management requirement. It should be noted that a significant proportion of the Technical Assessment Criteria / Weighting will be allocated to SME involvement in both the PSQ and Tender documentation and incentivised in any subsequent Contract. Please note: The classification of this PSQ is Official Sensitive and shall be submitted using the DSP platform. As advised at Industry Day, should companies wish to, they can submit one A4 supplementary document at sensitive which will be treated as SECRET by the Authority. Submission of any supplementary information is limited to one A4 page, font Arial 11 with no pictures or diagrams. Full responses must be completed in DSP. Should you fail to provide your response in DSP and submit with your supplementary information, your submission will be deemed non-complaint and excluded from the Tender process. The supplementary documents must be double wrapped and sealed, the inner wrapping marked secret and addressed to Sophie Parish, the outer wrapping should be addressed to THE SECURITY CONTROLLER of SPISN, MOD Abbey Wood, #8110 I Rowan 1c | Bristol | BS34 8JH. The package must be sent via approved courier. The contents of the package must contain a receipt for our Security Controller to sign and return to yourselves.

Planning Information

The purpose of this Preliminary Market Engagement Notice (PME) is to invite suppliers to participate in an Industry Day prior to the commencement of future competitions . The Industry Day will be taking place on 27th May 2025 at the Defence Academy, Shrivenham.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04fc5d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/035011-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72222300 - Information technology services

Notice Value(s)

Tender Value
£65,000,000 £10M-£100M
Lots Value
£65,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Jun 20258 months ago
Submission Deadline
11 Jul 2025Expired
Future Notice Date
27 May 2025Expired
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2031 Over 5 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
MoD DE&S SPISN
Contact Email
desspisn-comrcl@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-04fc5d-2025-06-25T11:47:29+01:00",
    "date": "2025-06-25T11:47:29+01:00",
    "ocid": "ocds-h6vhtk-04fc5d",
    "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": {
                "name": "MoD DE&S SPISN",
                "email": "DESSPISN-Comrcl@mod.gov.uk"
            },
            "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": "The purpose of this Preliminary Market Engagement Notice (PME) is to invite suppliers to participate in an Industry Day prior to the commencement of future competitions . The Industry Day will be taking place on 27th May 2025 at the Defence Academy, Shrivenham.",
                "dueDate": "2025-05-27T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "012664-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/012664-2025",
                "datePublished": "2025-04-03T09:00:03+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "714523452 - SPISN/0308",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Information Technology Service Management",
        "description": "The Authority seeks Expressions of Interests from qualified providers that have the capability to transition and deliver an IT Service Management (ITSM) managed service via a Multisource Service Integration (MSI) operating model. Through this arrangement the successful supplier(s) will support The Authority to establish strategic partnerships and leverage the expertise, skills, and best practice of internal teams and industry partners across the Enterprise Service Model (ESM) Supplier EcoSystem. ServiceNow shall be used as the single integrated platform for managing all critical ITSM practices and provide a centralised enterprise system for managing service delivery to users. The supplier(s) is expected to support, sustain and optimise ServiceNow (The Authority's platform of choice under this contract) to ensure the tool is delivering maximum value and optimised for performance to both interface and integrate effective with other systems. There is a requirement for the tool to be scalable to evolve to meet current and future business needs. The nature of this delivery space requires industry partners to operate as part of a collaborative joint mission approach to maximise the effectiveness of the whole force, in an operating centre where technical risk is managed at the highest level. Operating in the SECRET Domain, the service will predominantly be UK based but will operate globally in a connected and disconnected state. This creates opportunities for a combined problem centric approach to solving challenges at pace, experimenting with innovative solutions, as well as traditional support requirements. The Contractor is further expected to provide, and work collaboratively with The Authority, and other suppliers (in accordance with the Enterprise Target Architecture): - Transition to Multisource Service Integration (MSI) operating model acting as an enabling function, managing coherence and delivering service management. The Authority will retain the function of Service Integrator to maintain oversight, governance and accountability. - Evolve the ITSM function utilising the key principles laid out in the ITSM strategy - Deliver Service Management Functions aligned to ITIL 4 practices on behalf of The Authority - Support to and optimisation of the ServiceNow tooling (on-prem). - The current and future onboarding of additional industry partners. Training on the usage of the ServiceNow tooling. The initial Contract duration is estimated to be for a period of 5 years with 2 (1 +1) option years. Potential Providers are to note that in order to fulfil this requirement, the chosen supplier will be exposed to and required to safeguard nationally sensitive information/data bearing a security classification up to and including SECRET UK EYES ONLY level. Potential providers are also required to complete vulnerability assessments on the platform as specified by The Authority. The Authority therefore requires potential providers to have Provisional Facility Security Clearance status or be willing to gain FSC status to manage these security requirements throughout the entire supply chain by the Tender issue date. Potential Providers who do not meet this minimum eligibility criteria will be sifted out during the PSQ evaluation stage. Potential suppliers who wish to be sponsored through the FSC process by The Authority to note - there is no financial cost for Suppliers undertaking FSC accreditation, but they may be required to make changes to their site, infrastructure, and business administration, at their own cost, to meet the standards required for accreditation. There is also a requirement for personnel working on the development and implementation system to hold DV clearance. It should be noted that this requirement shall be classed as 'exempt' from PA 2023. This notice is being advertised out for Expressions of Interest and completion of Procurement Specific Questionnaire (PSQ) stage and shall then be removed from the DSP platform and taken forward offline. Based on the size and complexity of this requirement, SME involvement is essential to enable the solution to be as agile as possible. The Authority welcomes innovative ideas to be shared / discussed on how we can better understand and utilise SMEs throughout The IT Service Management requirement. It should be noted that a significant proportion of the Technical Assessment Criteria / Weighting will be allocated to SME involvement in both the PSQ and Tender documentation and incentivised in any subsequent Contract. Please note: The classification of this PSQ is Official Sensitive and shall be submitted using the DSP platform. As advised at Industry Day, should companies wish to, they can submit one A4 supplementary document at sensitive which will be treated as SECRET by the Authority. Submission of any supplementary information is limited to one A4 page, font Arial 11 with no pictures or diagrams. Full responses must be completed in DSP. Should you fail to provide your response in DSP and submit with your supplementary information, your submission will be deemed non-complaint and excluded from the Tender process. The supplementary documents must be double wrapped and sealed, the inner wrapping marked secret and addressed to Sophie Parish, the outer wrapping should be addressed to THE SECURITY CONTROLLER of SPISN, MOD Abbey Wood, #8110 I Rowan 1c | Bristol | BS34 8JH. The package must be sent via approved courier. The contents of the package must contain a receipt for our Security Controller to sign and return to yourselves.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72222300",
                        "description": "Information technology services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 78000000,
            "amount": 65000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2031-03-31T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 78000000,
                    "amount": 65000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Will include price, commercial model factors and economic consideration",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical ability",
                            "description": "Will include as minimum technical solution, delivery approach, risk, social value and behaviours",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "1+1 Option Years"
                }
            }
        ],
        "status": "active",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Below are the procedure steps that will be followed. Futher detail will be communicated to the successful suppliers from the PSQ stage: Tender Notice and PSQ published Down select to 3-6 bidders Request for Solution released to bidders High level co creation workshops Down select to 2 bidders Detailed co creation workshops Best and Final Offer Contract Award"
        },
        "submissionMethodDetails": "If you are interested in participating in this competition, expressions of interest must be made through the Defence Sourcing Portal (DSP). The Procurement Specific Questionnaire (PSQ) can be accessd via the direct DSP Opportunity Listing link attached: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59687",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-07-21T16:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-07-11T16:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-02-27T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "034769-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/034769-2025",
                "datePublished": "2025-06-24T14:40:23+01:00",
                "format": "text/html"
            },
            {
                "id": "035011-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/035011-2025",
                "datePublished": "2025-06-25T11:47:29+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}