Notice Information
Notice Title
714655452 - MSS/144 - Fresh Water and Technical Water Production
Notice Description
714655452 - MSS/144 - Fresh Water and Technical Water Production Description: Defence Equipment and Support (DE&S) is an arms' length body of the Ministry of Defence, which delivers equipment and support services to the Royal Navy, British Army, and Royal Air Force. DE&S play a critical role in keeping the United Kingdom safe and prosperous, and making sure the front-line have the right kit at the right time. From fighter jets to food deliveries, from patrol boats to protective clothing, DE&S deliver effective and innovative kit to front-line forces. Within the DE&S structure, the Power Propulsion and Auxiliary (PPA) team is a technology area, working across different areas of defence to deliver and sustain systems that generate operational energy, to provide propulsion (e.g. prime movers/engines and transmissions fitted to platforms), and cross-cutting auxiliary systems, including life support, fire-fighting, medical, and catering equipment. PPA have a requirement to support and maintain the production of fresh (potable) water using reverse osmosis and distillation processes to support habitability, including drinking water and hotel services for its maritime environment. Additionally, the de-mineralised water has a technical use which currently supports a number of Royal Navy master equipments. The requirement will include the supply of permanent and consumable spares, repair and maintenance activities, technical and post design services (including obsolescence management and disposals), and supply chain management. The intended equipment scope of the contract will include support to the following Fresh Water/Technical water Production Master Equipment: * Reverse Osmosis Plants, * Evaporator / Distilling Units, * Fresh Water Embarkation Units, * Potable Fresh Water Dosing. The equipment included within the scope of the contract is mature technology developed from the commercial market over the last 30 years and is fitted to the current RN Fleet, RFA Fleet and other Foreign Navy vessels, and is widely used in commercial shipping, including tankers, cruise liners etc. This range of equipment is in the In-Service phase of the CADMID cycle. The contract consists of circa 1,500 line items, the majority of which are NATO codified. The equipment range encompasses multiple Original Equipment Manufacturer (OEM) supplied equipment. The level of support provided by OEMs ranges from the supply of spares only, through to technical support and repair. The management of OEMs will be the responsibility of the contractor. This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. It is considered a Defence and Security Contract due to its scope and therefore the relevant provisions of the Procurement Act 2023 relating to defence and security contracts are applicable. There will be a requirement for Post Design Services outside of the core requirement and a tasking process will be included for this. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Level 3 (Expert) Reference - RAR-CKQ9-4ZV. It is anticipated that TUPE will apply to this requirement.
Lot Information
Lot 1
Options: The scope will initially include systems and equipments which are currently in service, with the option to include additional Fresh Water and Technical Water Production systems as they enter service. The right to additional purchases while the contract is valid. Option to purchase additional services if required.
Renewal: * 30 June 2027 to 30 June 2032 * Possible extension to 30 June 2036 * An initial 5 years plus 4 Option years = 9 years Description of possible extension: Option to extend the contract up to 4 additional years in 2 year increments.
Planning Information
On Friday 16th May, PPA will be inviting suppliers to a Market Engagement Industry Day to present the PPA Water Purification requirement and seek market expertise to enable PPA to confirm its requirement and the potential to move towards a contract for availability for its front line command. Interested parties should note that the Official Secrets Act 1989 and National Security Act 2023 is likely to apply to this requirement. The event will be held from 9:30am – 16:00pm at DE&S Head Office – MOD Abbey Wood, Bristol, BS34 8JH. Unfortunately, we are unable to provide refreshments for the event but will provide opportunity for attendees to utilise the facilities on site. All attendees MUST hold either SC clearance or BPSS (Baseline Personnel Security Standard), for further details please refer to - Government baseline personnel security standard - GOV.UK. https://www.gov.uk/government/publications/government-baseline-personnel-security-standard In order to register your interest for this event, please contact DESShipsMSS-MaST-SaBP@mod.gov.uk stating the names of the two personnel who will be in attendance, providing details of their security status. After you have registered, you will receive further information regarding the event, which will include further detail and problem statements that will be discussed on the day. Please note: This PME does not formally signify the beginning of a procurement process and does not constitute commitment to undertake a procurement exercise until the Tender Notice is issued. You must not take this announcement as confirmation that the Authority shall award a contract for this requirement. The Authority is publishing this announcement without any commitment to issue a tender or place a contract. The Authority also reserves the right to vary or cancel the Industry Day at any time. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers. Announcements will also be published on the Central Digital Platform (CDP), the Defence Sourcing Portal (DSP), and the Find a Tender service (FTS).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0504d5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025425-2026
- 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
41 - Collected and purified water
42 - Industrial machinery
51 - Installation services (except software)
-
- CPV Codes
41110000 - Drinking water
41120000 - Non-drinking water
42912300 - Machinery and apparatus for filtering or purifying water
42912310 - Water filtration apparatus
42912330 - Water-purifying apparatus
51514110 - Installation services of machinery and apparatus for filtering or purifying water
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
- 19 Mar 20263 weeks ago
- Submission Deadline
- 27 Mar 2026Expired
- Future Notice Date
- 15 Dec 2025Expired
- Award Date
- Not specified
- Contract Period
- 29 Jun 2027 - 30 Jun 2032 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEFENCE EQUIPMENT AND SUPPORT
- Additional Buyers
DEFENCE EQUIPMENT AND SUPPORT (DE&S) - POWER PROPULSION AND AUXILIARY (PPA)
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/025425-2026
19th March 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/071651-2025
6th November 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/023114-2025
20th May 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/015905-2025
17th April 2025 - Preliminary market engagement notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0504d5-2026-03-19T16:30:10Z",
"date": "2026-03-19T16:30:10Z",
"ocid": "ocds-h6vhtk-0504d5",
"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": "DESCommercial-PPA@mod.gov.uk",
"name": "Catherine Miller"
},
"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": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "On Friday 16th May, PPA will be inviting suppliers to a Market Engagement Industry Day to present the PPA Water Purification requirement and seek market expertise to enable PPA to confirm its requirement and the potential to move towards a contract for availability for its front line command. Interested parties should note that the Official Secrets Act 1989 and National Security Act 2023 is likely to apply to this requirement. The event will be held from 9:30am - 16:00pm at DE&S Head Office - MOD Abbey Wood, Bristol, BS34 8JH. Unfortunately, we are unable to provide refreshments for the event but will provide opportunity for attendees to utilise the facilities on site. All attendees MUST hold either SC clearance or BPSS (Baseline Personnel Security Standard), for further details please refer to - Government baseline personnel security standard - GOV.UK. https://www.gov.uk/government/publications/government-baseline-personnel-security-standard In order to register your interest for this event, please contact DESShipsMSS-MaST-SaBP@mod.gov.uk stating the names of the two personnel who will be in attendance, providing details of their security status. After you have registered, you will receive further information regarding the event, which will include further detail and problem statements that will be discussed on the day. Please note: This PME does not formally signify the beginning of a procurement process and does not constitute commitment to undertake a procurement exercise until the Tender Notice is issued. You must not take this announcement as confirmation that the Authority shall award a contract for this requirement. The Authority is publishing this announcement without any commitment to issue a tender or place a contract. The Authority also reserves the right to vary or cancel the Industry Day at any time. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers. Announcements will also be published on the Central Digital Platform (CDP), the Defence Sourcing Portal (DSP), and the Find a Tender service (FTS).",
"dueDate": "2025-05-16T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "015905-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/015905-2025",
"datePublished": "2025-04-17T13:23:56+01:00",
"format": "text/html"
},
{
"id": "023114-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/023114-2025",
"datePublished": "2025-05-20T11:27:26+01:00",
"format": "text/html"
},
{
"id": "071651-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/071651-2025",
"datePublished": "2025-11-06T14:04:42Z",
"format": "text/html"
}
]
},
"tender": {
"id": "714655452 - MSS/144",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "714655452 - MSS/144 - Fresh Water and Technical Water Production",
"description": "714655452 - MSS/144 - Fresh Water and Technical Water Production Description: Defence Equipment and Support (DE&S) is an arms' length body of the Ministry of Defence, which delivers equipment and support services to the Royal Navy, British Army, and Royal Air Force. DE&S play a critical role in keeping the United Kingdom safe and prosperous, and making sure the front-line have the right kit at the right time. From fighter jets to food deliveries, from patrol boats to protective clothing, DE&S deliver effective and innovative kit to front-line forces. Within the DE&S structure, the Power Propulsion and Auxiliary (PPA) team is a technology area, working across different areas of defence to deliver and sustain systems that generate operational energy, to provide propulsion (e.g. prime movers/engines and transmissions fitted to platforms), and cross-cutting auxiliary systems, including life support, fire-fighting, medical, and catering equipment. PPA have a requirement to support and maintain the production of fresh (potable) water using reverse osmosis and distillation processes to support habitability, including drinking water and hotel services for its maritime environment. Additionally, the de-mineralised water has a technical use which currently supports a number of Royal Navy master equipments. The requirement will include the supply of permanent and consumable spares, repair and maintenance activities, technical and post design services (including obsolescence management and disposals), and supply chain management. The intended equipment scope of the contract will include support to the following Fresh Water/Technical water Production Master Equipment: * Reverse Osmosis Plants, * Evaporator / Distilling Units, * Fresh Water Embarkation Units, * Potable Fresh Water Dosing. The equipment included within the scope of the contract is mature technology developed from the commercial market over the last 30 years and is fitted to the current RN Fleet, RFA Fleet and other Foreign Navy vessels, and is widely used in commercial shipping, including tankers, cruise liners etc. This range of equipment is in the In-Service phase of the CADMID cycle. The contract consists of circa 1,500 line items, the majority of which are NATO codified. The equipment range encompasses multiple Original Equipment Manufacturer (OEM) supplied equipment. The level of support provided by OEMs ranges from the supply of spares only, through to technical support and repair. The management of OEMs will be the responsibility of the contractor. This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. It is considered a Defence and Security Contract due to its scope and therefore the relevant provisions of the Procurement Act 2023 relating to defence and security contracts are applicable. There will be a requirement for Post Design Services outside of the core requirement and a tasking process will be included for this. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Level 3 (Expert) Reference - RAR-CKQ9-4ZV. It is anticipated that TUPE will apply to this requirement.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "41120000",
"description": "Non-drinking water"
},
{
"scheme": "CPV",
"id": "41110000",
"description": "Drinking water"
},
{
"scheme": "CPV",
"id": "42912300",
"description": "Machinery and apparatus for filtering or purifying water"
},
{
"scheme": "CPV",
"id": "42912310",
"description": "Water filtration apparatus"
},
{
"scheme": "CPV",
"id": "42912330",
"description": "Water-purifying apparatus"
},
{
"scheme": "CPV",
"id": "51514110",
"description": "Installation services of machinery and apparatus for filtering or purifying water"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 74500000,
"amount": 65000000,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"specialRegime": [
"defenceSecurity"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2027-06-30T00:00:00+01:00",
"endDate": "2032-06-30T23:59:59+01:00",
"maxExtentDate": "2036-06-30T23:59:59+01:00"
},
"status": "active",
"value": {
"amountGross": 74500000,
"amount": 65000000,
"currency": "GBP"
},
"hasRenewal": true,
"renewal": {
"description": "* 30 June 2027 to 30 June 2032 * Possible extension to 30 June 2036 * An initial 5 years plus 4 Option years = 9 years Description of possible extension: Option to extend the contract up to 4 additional years in 2 year increments."
},
"hasOptions": true,
"options": {
"description": "The scope will initially include systems and equipments which are currently in service, with the option to include additional Fresh Water and Technical Water Production systems as they enter service. The right to additional purchases while the contract is valid. Option to purchase additional services if required."
},
"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": 5
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Details can be found in the Procurement Specific Questionnaire."
},
{
"type": "technical",
"description": "Details can be found in the Procurement Specific Questionnaire."
},
{
"description": "Within the PSQ there are a mix of questions which are Pass/Fail and Scored. A 'Fail' will result in the potential provider being excluded from further participation in the tendering process. For those suppliers who Pass all of the Pass/Fail questions, their overall technical score will determine their ranking. Those ranking in the Top 5 will be invited to Tender. Where there is a tie at Position 5, the decision on which supplier will be Invited to Tender will be based initially on the highest score on question 1 of the Technical Conditions of Participation. Where this still results in a tie, the decision will be based on the highest score for question 2. This will continue sequentially down the list for Questions 1 to 4 until a supplier is selected for 5th place. If this sequential process does not result in a clear 5th place then the Authority reserves the right to proceed to tender with additional suppliers who share equal 5th position.",
"forReduction": true
}
]
}
}
],
"status": "active",
"communication": {
"futureNoticeDate": "2025-12-15T23:59:59+00:00"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-04-17T23:59:00+01:00",
"awardPeriod": {
"endDate": "2027-06-30T23:59:59+01:00"
},
"procedure": {
"features": "The Procurement Specific Questionnaire (PSQ) (including Conditions of Participation) is available within the Defence Sourcing Portal (DSP) and will be used to down-select to 5 suppliers to be invited to Tender. This will also include the assessment of whether a supplier, its connected persons, associated persons or any intended subcontractors are excluded or excludable persons under the Procurement Act 2023. A clarification process will be used during the PSQ period to allow suppliers to seek clarification from the Authority. Within the PSQ there are a mix of questions which are Pass/Fail and Scored. A Fail will result in the potential provider being excluded from further participation in the tendering process. For those suppliers who pass all of the Pass/Fail questions, their overall technical score will determine their ranking. Those ranking in the Top 5 will be invited to Tender. Where there is a tie at Position 5, the decision on which supplier will be Invited to Tender will be based initially on the highest score on question 1 of the Technical Conditions of Participation. Where this still results in a tie, the decision will be based on the highest score for question 2. This will continue sequentially down the list for Questions 1 to 4 until a supplier is selected for 5th place. If this sequential process does not result in a clear 5th place then the Authority reserves the right to proceed to tender with additional suppliers who share equal 5th position. An Invitation to Tender (ITT) will be issued to those successful at PSQ. A clarification process will be used during the tendering period to allow suppliers to seek clarification from the Authority. 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. The following supplementary processes may be used, with further details set out in the additional tender documents; * Clarifications - during the tender evaluation period * Negotiations - following evaluation of the Tender * Final Tenders - following negotiations, if used * Preferred Supplier Stage - to confirm solutions and/or finalise the draft contract. The Authority reserves the right to amend the procurement, where such amendment would not be substantial, as follows, including and not limited to; * amendments to the tender documents which may provide clarification * refining the specification as the competitive flexible procedure progresses * reducing timescales. If any amendments are made, the Authority will consider whether any applicable tender deadlines should be revised, and whether any tender documents or notices need to be re-issued. The Contracting Authority reserves the right to directly award a contract for similar goods or services without further competition pursuant to Schedule 5 paragraph 8, including to other parts of the Ministry of Defence. A tenderers' conference is to be held online via MS teams for the 5 potential providers who are given an ITT. The date will be confirmed when the ITT is released on the Defence Sourcing Portal. The Authority will issue invitations to the tenderer's conference using the messaging facility on the Defence Sourcing Portal. Further details of the conference can be found within the DEFFORM 47."
},
"submissionMethodDetails": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=60581",
"enquiryPeriod": {
"endDate": "2026-03-27T23:59:00+00:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "025425-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/025425-2026",
"datePublished": "2026-03-19T16:30:10Z",
"format": "text/html"
}
]
},
"language": "en"
}