Tender

DM/00177 Equipment & Services Support Provider (ESSP)

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

07 Apr 2025 at 11:13

Summary of the contracting process

The Ministry of Defence (MOD) is seeking an Equipment & Services Support Provider (ESSP) to assist with various low-value, non-complex procurement requirements. This tender, classified under military defence services, involves supporting the MOD with tasks that cannot be sourced via other government contracts or framework agreements. The procurement is currently in the tender stage with submissions accepted until 16th May 2025, and potential suppliers invited for the second stage on 25th July 2025. The contract is valued at £5,000,000 and includes goods and services for several Defence Munitions sites across the United Kingdom.

This opportunity is ideal for businesses specialising in procurement services of diverse goods including IT equipment, health and safety supplies, and personal protective equipment. The contract includes ad-hoc requirements with no minimum task value but a maximum of £116,406 excluding VAT for each tasking. Organisations with robust supply chains and the capability to provide electronic trading, invoicing, and payment will be well-suited to compete. The successful candidate will have the chance to build lasting relationships within the MOD supply chain, supporting Defence Munitions sites with essential items and services.

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

DM/00177 Equipment & Services Support Provider (ESSP)

Notice Description

Procurement and supply of low-value taskings limited to the Public Contracting Regulations (PCR 2015) threshold which is currently PS116,406 (ex VAT), PS139,688 (inc. VAT).

Lot Information

Lot 1

The Scope of the Contract is: Provision & Supply of Goods & Services - The Contractor is required to provide support to various low-value, non-complex procurement requirements. The Contractor shall support the Authority with recurring and non-recurring ad-hoc requirements that cannot be sourced via any other MOD or Government Contracts or Framework agreements. There will be no minimum Task value. The maximum value for each Tasking issued under this Tasking arrangement will be limited to the Public Contracting Regulations (PCR 2015) threshold which is currently PS116,406 (ex VAT), PS139,688 (inc. VAT). The Contractor shall provide a procurement service to survey the Supply Chain and source various goods and services on behalf of the Authority including all DM sites. The DM sites are; Beith, Crombie, Glen Douglas, Gosport, Kineton (Main Site), Kineton Design, Development & Prototyping (DD&P), Longtown, Plymouth and Wulfen. The Contractor shall be responsible for delivering the goods and services required by the Authority. For the avoidance of doubt, the Authority's contractual relationship shall be with the Contractor only. Therefore, the Contractor shall be responsible for the contractual agreements with suitable Suppliers identified for the provision of good and services. Scope of Requirements - The scope of this Contract requirement is expected to cover, but not be limited to; air compressor equipment, clothing, DIY equipment and consumables (glues, paints, brushes, for example), fire safety equipment, health and safety equipment (defibrillators, first aid supplies for example), IT requirements (non-MODNET / DII only), manufacturing materials (woods, metals, fittings for example), mechanical handling equipment (MHE), packaging equipment and materials, personal protective equipment (PPE), repair and maintenance requirements on-site at Defence Munitions, toiletries (soaps, toilet paper, paper towels, for example), workshop tooling supply, repair, maintenance and calibration and Post Design Services (PDS). The Scope of Requirements will specifically not cover consultancy, infrastructure (works) requirements, IT requirements (MODNET / DII), quality assurance requirements, safety requirements, transportation requirements, warlike stores, waste removal requirements. Delivery of Procurement Requirements - There is no 'core' activity, nor fixed/guaranteed throughput under this Contract. All requirements are to be considered 'non-core' and shall be raised on an ad-hoc basis in accordance with an Ad-Hoc Tasking Process, and each new requirement will constitute a Task. The Contractor shall only be allowed to apply a pre-agreed Service Fee on top of each quote received for each ad-hoc Task. This Service Fee may be adjusted through the term of the Contract in accordance with Key Performance Indicator (KPI) Incentives and Remedy Clauses.

Options: 3 Optional Years

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04fdfd
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013362-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75221000 - Military defence services

Notice Value(s)

Tender Value
£5,000,000 £1M-£10M
Lots Value
£5,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Apr 202510 months ago
Submission Deadline
16 May 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
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Charlotte Ford
Contact Email
charlotte.ford130@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLK11 Bristol, City of

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

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-04fdfd-2025-04-07T12:13:44+01:00",
    "date": "2025-04-07T12:13:44+01:00",
    "ocid": "ocds-h6vhtk-04fdfd",
    "description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference - RAR-240828A02)",
    "initiationType": "tender",
    "tender": {
        "id": "713119452",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DM/00177 Equipment & Services Support Provider (ESSP)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75221000",
            "description": "Military defence services"
        },
        "mainProcurementCategory": "services",
        "description": "Procurement and supply of low-value taskings limited to the Public Contracting Regulations (PCR 2015) threshold which is currently PS116,406 (ex VAT), PS139,688 (inc. VAT).",
        "value": {
            "amount": 5000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Scope of the Contract is: Provision & Supply of Goods & Services - The Contractor is required to provide support to various low-value, non-complex procurement requirements. The Contractor shall support the Authority with recurring and non-recurring ad-hoc requirements that cannot be sourced via any other MOD or Government Contracts or Framework agreements. There will be no minimum Task value. The maximum value for each Tasking issued under this Tasking arrangement will be limited to the Public Contracting Regulations (PCR 2015) threshold which is currently PS116,406 (ex VAT), PS139,688 (inc. VAT). The Contractor shall provide a procurement service to survey the Supply Chain and source various goods and services on behalf of the Authority including all DM sites. The DM sites are; Beith, Crombie, Glen Douglas, Gosport, Kineton (Main Site), Kineton Design, Development & Prototyping (DD&P), Longtown, Plymouth and Wulfen. The Contractor shall be responsible for delivering the goods and services required by the Authority. For the avoidance of doubt, the Authority's contractual relationship shall be with the Contractor only. Therefore, the Contractor shall be responsible for the contractual agreements with suitable Suppliers identified for the provision of good and services. Scope of Requirements - The scope of this Contract requirement is expected to cover, but not be limited to; air compressor equipment, clothing, DIY equipment and consumables (glues, paints, brushes, for example), fire safety equipment, health and safety equipment (defibrillators, first aid supplies for example), IT requirements (non-MODNET / DII only), manufacturing materials (woods, metals, fittings for example), mechanical handling equipment (MHE), packaging equipment and materials, personal protective equipment (PPE), repair and maintenance requirements on-site at Defence Munitions, toiletries (soaps, toilet paper, paper towels, for example), workshop tooling supply, repair, maintenance and calibration and Post Design Services (PDS). The Scope of Requirements will specifically not cover consultancy, infrastructure (works) requirements, IT requirements (MODNET / DII), quality assurance requirements, safety requirements, transportation requirements, warlike stores, waste removal requirements. Delivery of Procurement Requirements - There is no 'core' activity, nor fixed/guaranteed throughput under this Contract. All requirements are to be considered 'non-core' and shall be raised on an ad-hoc basis in accordance with an Ad-Hoc Tasking Process, and each new requirement will constitute a Task. The Contractor shall only be allowed to apply a pre-agreed Service Fee on top of each quote received for each ad-hoc Task. This Service Fee may be adjusted through the term of the Contract in accordance with Key Performance Indicator (KPI) Incentives and Remedy Clauses.",
                "value": {
                    "amount": 5000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 10,
                    "maximumCandidates": 10
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "3 Optional Years"
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKK11"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://www.contracts.mod.uk",
        "documents": [
            {
                "id": "economic1",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical1",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter or reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective marking given, the aspects to which any protective marking applies or otherwise. Electronic Trading - Potential Suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing & Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. You can find details on CP&F at: https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-05-16T23:59:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2025-07-25T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-27003",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "BRISTOL",
                "region": "UKK11",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Charlotte Ford",
                "email": "charlotte.ford130@mod.gov.uk",
                "url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59527"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.mod.uk/",
                "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-138459",
            "name": "Defence Munitions",
            "identifier": {
                "legalName": "Defence Munitions"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-27003",
        "name": "Ministry of Defence"
    },
    "language": "en"
}