Tender

Lyneham Technical Training Project-UK4

MINISTRY OF DEFENCE

This public procurement record has 6 releases in its history.

TenderUpdate

10 Nov 2025 at 11:09

Tender

10 Nov 2025 at 10:48

Planning

27 Jun 2025 at 16:38

Planning

21 May 2025 at 09:14

Planning

02 May 2025 at 09:57

Planning

30 Apr 2025 at 15:28

Summary of the contracting process

The Ministry of Defence is currently advancing the Lyneham Technical Training Project (LTTP) with an emphasis on engineering and technical training services at MOD Lyneham, United Kingdom. The sectors involved include Defence School of Electrical and Mechanical Engineering, Defence School of Aeronautical Engineering, and similar entities. This procurement is in the 'Tender Update' stage, with active phases from November 2025 through to August 2026, involving several critical dates for submission and evaluation. The procurement process is conducted under a selective competitive flexible procedure, projected with a contract value of £170 million, and aims to provide crucial services spanning business management, legal compliance, support to learning, and equipment support. The ministry is utilising a competitive flexible procedure adherent to the Procurement Act 2023, indicating upcoming stages such as the Invitation to Tender (ITT) in February 2026 and concluding with an award recommendation in August 2026.

This tender presents substantial business growth opportunities, especially for companies capable of delivering comprehensive technical training solutions or possessing relevant Defence contracts experience. Firms involved in business management, training course design, and legal and safety compliance stand to benefit significantly. As this procurement involves distinct phases of negotiation and includes value assessment on a combination of quality and cost metrics, businesses with competitive offerings in these areas, particularly those with a defence industry background, can leverage this opportunity by engaging in the ITT process. Additionally, SMEs involved in consortium contracts are encouraged to partake in the bid, denoting the Ministry’s support for diverse market entrants in this significant defence sector venture.

How relevant is this notice?

Notice Information

Notice Title

Lyneham Technical Training Project-UK4

Notice Description

The Lyneham Technical Training Project (LTTP) will deliver engineering and technical training at MOD Lyneham for the following schools: 1. Defence School of Electrical and Mechanical Engineering (DSEME) 2. No 4 School of Technical Training (4SoTT) 3. 8th Battalion and REME Arms School (RAS) 4. Defence School of Aeronautical Engineering (DSAE) 5. School of Army Aeronautical Engineering (SAAE) LTTP will deliver the following services: 1. Business Management 2. Legal, Regulatory & Safety (related to training) 3. Support to Learning 4. Learning Design 5. Learning Planning 6. Learning Delivery & Governance 7. Equipment Support (GFX) 8. International Defence & Wider Markets Training The below information shows the LTTP procurement timeline, which is indicative and could change as the procurement progresses: COP Live: November 2025 - December 2025 COP Evaluation: December 2025 - January 2026 COP Results: January 2026 ITT Launch: February 2026 ITT Close: February - March 2026 Evaluation period: March - April 2026 Consensus & Moderation: April - May 2026 Negotiation Phase: June 2026 Negotiation phase Evaluation of final tenders: July 2026 Negotiation phase moderation and consensus: July 2026 Preferred Bidder Selected: August 2026 Award Recommendation report: August 2026

Lot Information

Lot 1

Options: The LTTP Contract contains option periods, the first with the following dates: 01 November 2030 - 31 October 2031. The second with the following dates: 01 November 2031 - 31 October 2032. The Authority reserves the right to agree lengths of extensions as deemed appropriate by the Authority up to the maximum two year period.

Renewal: The Authority has the right to extend LTTP for option periods. The construct of LTTP is therefore: 4+1+1. The estimated contract value (PS170,000,000) is inclusive of these option periods. The estimated value of the 4 years is PS115,000,000.

Planning Information

We are pleased to be announcing an Industry Day for the Lyneham Technical Training Project on 04 June 2025. The day will be held at MOD Lyneham and provide an opportunity for industry to engage with the project team and explore some of the facilities and infrastructure that is used to deliver the current Contract. The day will encompass the following activities: 1. Overview of the requirement by the project team 2. Dialogue around the commercial considerations that team is working through 3. Tour of the facilities and infrastructure currently used to deliver the current Contract and will also be used to deliver the next Contract 4. 1-2-1 engagement with the project team* 5. Networking opportunity with other providers (Prime Contractors and SMEs) In order to register interest and have the opportunity to attend, you will be required to meet the criteria below: Must have delivered within the last 3 years or be in the process of delivering a UK MOD defence Contract encompassing at least 2 of the capabilities listed below: - Training course design - Training course delivery - Equipment maintenance with for the purpose of delivering training utilising that equipment ( i.e. training aids) The Contract must have been at least £75m in total value. A customer point of contact, their accurate contact details (email address and telephone number as a minimum) and a Contract ref number must be provided allowing us to validate the information. We understand SME’s may struggle to meet these criteria thus to encourage and support SME engagement, please identify yourself as an SME when submitting your request. SMEs that can demonstrate participations as part of a consortium or a key subcontractor in a Contract that meets the above criteria will be invited to the event. Please notify us if you wish to hold a 1-2-1 session with the project team* Please also indicate that you are happy for your details to be shared with other attendees providing an opportunity for you to network. A draft agenda and timings for the event will follow. Registration for the event will close on the 21 May 2025 at 1700. To register your interest, please email your details and associated evidence in accordance with the criteria to Air-CommercialGroupMailbox@mod.gov.uk. Confirmation of a place will be confirmed by 28 May 2025. Places are limited to maximum 1 representative per supplier. *As you may appreciate it is not possible to facilitate all 1-2-1 requests due to time and capacity constraints. However, if you are invited to the event and requested a 1-2-1 session, a session may be held in the future virtually following the Industry Day. Due to limited capacity, for anyone unable to attend the materials shared on the day, not containing commercially sensitive information, will be ciruclated afterwards. Update 02/05: This notice has been updated to reflect updated Participation fields. The process to register interest and the date of the Industry Day remain extant. As discussed at the Industry Day, the Authority will now engage with Suppliers for SOR reviews. Suppliers capable of supporting this will be notified. We thank all Suppliers for their continued support to date and will continue to update Industry accordingly.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050aa4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/072308-2025
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, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80531200 - Technical training services

Notice Value(s)

Tender Value
£170,000,000 £100M-£1B
Lots Value
£170,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Nov 20253 weeks ago
Submission Deadline
28 Nov 2025Expired
Future Notice Date
1 Jan 20264 weeks to go
Award Date
Not specified
Contract Period
1 Nov 2026 - 31 Oct 2030 4-5 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
MINISTRY OF DEFENCE
Contact Name
Not specified
Contact Email
air-commercialgroupmailbox@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
HIGH WYCOMBE
Postcode
HP14 4UE
Post Town
Hemel Hempstead
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ13 Buckinghamshire
Delivery Location
Not specified

Local Authority
Buckinghamshire
Electoral Ward
Ridgeway West
Westminster Constituency
Mid Buckinghamshire

Further Information

Notice Documents

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-050aa4-2025-11-10T11:09:12Z",
    "date": "2025-11-10T11:09:12Z",
    "ocid": "ocds-h6vhtk-050aa4",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "RAF High Wycombe",
                "locality": "High Wycombe",
                "postalCode": "HP14 4UE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ13"
            },
            "contactPoint": {
                "email": "air-commercialgroupmailbox@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVX-4316-ZVGZ",
        "name": "Ministry of Defence"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "We are pleased to be announcing an Industry Day for the Lyneham Technical Training Project on 04 June 2025. The day will be held at MOD Lyneham and provide an opportunity for industry to engage with the project team and explore some of the facilities and infrastructure that is used to deliver the current Contract. The day will encompass the following activities: 1. Overview of the requirement by the project team 2. Dialogue around the commercial considerations that team is working through 3. Tour of the facilities and infrastructure currently used to deliver the current Contract and will also be used to deliver the next Contract 4. 1-2-1 engagement with the project team* 5. Networking opportunity with other providers (Prime Contractors and SMEs) In order to register interest and have the opportunity to attend, you will be required to meet the criteria below: Must have delivered within the last 3 years or be in the process of delivering a UK MOD defence Contract encompassing at least 2 of the capabilities listed below: - Training course design - Training course delivery - Equipment maintenance with for the purpose of delivering training utilising that equipment ( i.e. training aids) The Contract must have been at least PS75m in total value. A customer point of contact, their accurate contact details (email address and telephone number as a minimum) and a Contract ref number must be provided allowing us to validate the information. We understand SME's may struggle to meet these criteria thus to encourage and support SME engagement, please identify yourself as an SME when submitting your request. SMEs that can demonstrate participations as part of a consortium or a key subcontractor in a Contract that meets the above criteria will be invited to the event. Please notify us if you wish to hold a 1-2-1 session with the project team* Please also indicate that you are happy for your details to be shared with other attendees providing an opportunity for you to network. A draft agenda and timings for the event will follow. Registration for the event will close on the 21 May 2025 at 1700. To register your interest, please email your details and associated evidence in accordance with the criteria to Air-CommercialGroupMailbox@mod.gov.uk. Confirmation of a place will be confirmed by 28 May 2025. Places are limited to maximum 1 representative per supplier. *As you may appreciate it is not possible to facilitate all 1-2-1 requests due to time and capacity constraints. However, if you are invited to the event and requested a 1-2-1 session, a session may be held in the future virtually following the Industry Day. Due to limited capacity, for anyone unable to attend the materials shared on the day, not containing commercially sensitive information, will be ciruclated afterwards. Update 02/05: This notice has been updated to reflect updated Participation fields. The process to register interest and the date of the Industry Day remain extant. As discussed at the Industry Day, the Authority will now engage with Suppliers for SOR reviews. Suppliers capable of supporting this will be notified. We thank all Suppliers for their continued support to date and will continue to update Industry accordingly.",
                "dueDate": "2025-08-31T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "018155-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018155-2025",
                "datePublished": "2025-04-30T16:28:18+01:00",
                "format": "text/html"
            },
            {
                "id": "018682-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018682-2025",
                "datePublished": "2025-05-02T10:57:21+01:00",
                "format": "text/html"
            },
            {
                "id": "023617-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/023617-2025",
                "datePublished": "2025-05-21T10:14:46+01:00",
                "format": "text/html"
            },
            {
                "id": "035927-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/035927-2025",
                "datePublished": "2025-06-27T17:38:19+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-050aa4",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Lyneham Technical Training Project-UK4",
        "description": "The Lyneham Technical Training Project (LTTP) will deliver engineering and technical training at MOD Lyneham for the following schools: 1. Defence School of Electrical and Mechanical Engineering (DSEME) 2. No 4 School of Technical Training (4SoTT) 3. 8th Battalion and REME Arms School (RAS) 4. Defence School of Aeronautical Engineering (DSAE) 5. School of Army Aeronautical Engineering (SAAE) LTTP will deliver the following services: 1. Business Management 2. Legal, Regulatory & Safety (related to training) 3. Support to Learning 4. Learning Design 5. Learning Planning 6. Learning Delivery & Governance 7. Equipment Support (GFX) 8. International Defence & Wider Markets Training The below information shows the LTTP procurement timeline, which is indicative and could change as the procurement progresses: COP Live: November 2025 - December 2025 COP Evaluation: December 2025 - January 2026 COP Results: January 2026 ITT Launch: February 2026 ITT Close: February - March 2026 Evaluation period: March - April 2026 Consensus & Moderation: April - May 2026 Negotiation Phase: June 2026 Negotiation phase Evaluation of final tenders: July 2026 Negotiation phase moderation and consensus: July 2026 Preferred Bidder Selected: August 2026 Award Recommendation report: August 2026",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80531200",
                        "description": "Technical training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "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": 204000000,
            "amount": 170000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-11-01T00:00:00+00:00",
                    "endDate": "2030-10-31T23:59:59+00:00",
                    "maxExtentDate": "2032-10-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 204000000,
                    "amount": 170000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Non-Cost",
                            "description": "Tehcnical Capability: 35% Delivery and Implementation: 25% Social Value: 10% Full details of the evaluation methodology and negotiation process will be provided in the ITT documentation to Potential Suppliers who are shortlisted to the ITT stage. The contracting authority reserves the right to refine or clarify the award criteria prior to issuing the ITT and/or during the competitive flexible procedure in accordance with PA23 and the principles of transparency and equal treatment. These details will be communicated to shortlisted suppliers in accordance with PA23.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Cost",
                            "description": "Commercial Submission Full details of the evaluation methodology and negotiation process will be provided in the ITT documentation to Potential Suppliers who are shortlisted to the ITT stage. The contracting authority reserves the right to refine or clarify the award criteria prior to issuing the ITT and/or during the competitive flexible procedure in accordance with PA23 and the principles of transparency and equal treatment. These details will be communicated to shortlisted suppliers in accordance with PA23.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As outlined in the PSQ and PSQ Assessment Methodology documents."
                        },
                        {
                            "type": "technical",
                            "description": "As outlined in the PSQ and PSQ Assessment Methodology documents."
                        }
                    ]
                },
                "renewal": {
                    "description": "The Authority has the right to extend LTTP for option periods. The construct of LTTP is therefore: 4+1+1. The estimated contract value (PS170,000,000) is inclusive of these option periods. The estimated value of the 4 years is PS115,000,000."
                },
                "hasOptions": true,
                "options": {
                    "description": "The LTTP Contract contains option periods, the first with the following dates: 01 November 2030 - 31 October 2031. The second with the following dates: 01 November 2031 - 31 October 2032. The Authority reserves the right to agree lengths of extensions as deemed appropriate by the Authority up to the maximum two year period."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-01T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This procurement will be conducted under the competitive flexible procedure in accordance with the Procurement Act 2023. This multi-stage procurement process will consist of the following stages: 1. PSQ - Procurement Specific Questionnaire 2. ITT - Initial Tender Stage 3. Negotiation Phase 4. ISFT - Invitation to submit final Tender Conditions of Participation (COP): Suppliers will be required to demonstrate that they meet the minimum standard for LTTP and will be assessed on the following areas on a pass/fail basis as outlined in the PSQ and PSQ Assessment Methodology Guidance Documents issued at the same time as this notice. Suppliers who pass the PSQ stage will then be invited to submit tenders at the ITT stage. * Legal * Financial * Technical Capability Invitation to Tender (ITT) and Negotiation: The contract will be awarded on the basis of the MAT (Most advantageous Tender), assessed on a combination of quality and cost to achieve best overall Value for Money. The competitive flexible procedure will include a negotiation phase during which shortlisted suppliers will be invited to refine and clarify their proposal in order to submit their final tender. The final evaluation and contract award will be based solely on the award criteria and weightings set out in the ITT documentation. Full details of the evaluation methodology and negotiation process will be provided in the ITT documentation to suppliers that satisfy the COP and are shortlisted to the ITT stage."
        },
        "submissionMethodDetails": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59774",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-12-08T12:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2025-11-28T23:59:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-08-30T23:59:59+01:00"
        },
        "lotDetails": {
            "noLotsDivisionRationale": "Considering the close integration required of each of the scope areas to deliver bespoke and highly specialist engineering and technical training, it was deemed not value for money to lot LTTP."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "The PSQ and PSQ Assessment Methodology will be published on the Defence Sourcing Portal (DSP) via the submission address link included in this notice. Details of submission instructions can be found in the PSQ Assessment Methodology document."
            },
            {
                "id": "072294-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/072294-2025",
                "datePublished": "2025-11-10T10:48:14Z",
                "format": "text/html"
            },
            {
                "id": "072308-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/072308-2025",
                "datePublished": "2025-11-10T11:09:12Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}