Tender

Application Development & Support

DEFENCE EQUIPMENT AND SUPPORT

This public procurement record has 3 releases in its history.

Tender

15 Aug 2025 at 12:40

Planning

19 May 2025 at 13:56

Planning

19 May 2025 at 13:02

Summary of the contracting process

The Defence Equipment and Support (DE&S), a public authority operating under the UK central government, has initiated a tender process for the "Application Development & Support" project, aimed at developing and supporting software applications for military use. Located in Bristol, UK, the procurement falls into the services category with a focus on defence and security, and has a significant gross budget of GBP 12,300,000. This procurement follows a competitive flexible procedure, in accordance with the Procurement Act 2023, emphasising selective acquisition methods. Prospective suppliers must express interest by 26th September 2025 and ensure inquiries are addressed by 12th September 2025, with the final award expected by 24th November 2025.

This tender offers substantial opportunities for growth in the software development sector, particularly beneficial for businesses specialising in military and IT application software. Small and Medium Enterprises (SMEs) and Voluntary, Community and Social Enterprises (VCSEs) are encouraged to participate. Candidates should possess a Facility Security Clearance, due to the sensitivity level of the applications being developed, ranging up to SECRET UK EYES ONLY. The procurement method underlines technical competencies and value for money, allowing companies excelling in software development, IT security, and cloud services to leverage their expertise for potential strategic partnerships. The involvement in this contract could significantly enhance a firm's portfolio in high-security software systems, particularly within the defence sector.

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

Application Development & Support

Notice Description

The requirement is for the development and in service support of Application Development & Support (ADAS). This will include software development and support for the following: - Development and continued availability of an application store. - Systems and platforms may include Android, Windows, Linux and AWS. Software (applications) will be required to be developed for use on a variety of networks and with varying levels of data classification. Applications may be standalone, networked using secure closed systems or open cloud based and may be required to interface with 3rd party hardware e.g. sensors for data ingest, processing and transfer. These apps will need to be integrated onto the application store. - Integration of commercial off the shelf (COTS) applications onto the application store. The suppliers will be required to support DE&S with rapid, insightful, and cost-effective decisions to ensure the sustainment of the UK defence operations. The number of bespoke apps is subject to change but is assumed to be around ~20 over the life of the contract. The applications are to be used by a small, CBRN focused Military group only. The classification of application development is up to and including OFFICIAL-SENSITIVE. However, some apps may require libraries up to an including SECRET UK EYES ONLY meaning that the supplier will be required to hold Facility Security Clearance before contract award. The in-service support shall include, but not limited to maintaining availability of the applications and the application store.

Lot Information

Lot 1

Options: 4 options years avialable, to be taken 1 year at a time. The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s). Further information on the option(s) will be provided in the Invitation to Tender.

Planning Information

Please note Preliminary Market Engagement was previously conducted (in 2024) in the form of a request of supplier briefs, in an aim to identify the level of industry interest, gain feedback to further inform our requirement and understand what method industry deem most suitable for the delivery and running of this contract once awarded. This was requested via PIN reference 2024-041728 https://www.findtender.service.gov.uk/Notice/018376-2024

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0516f4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/049140-2025
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

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


CPV Codes

72212000 - Programming services of application software

72212517 - IT software development services

72212983 - Development software development services

72231000 - Development of software for military applications

Notice Value(s)

Tender Value
£10,250,000 £10M-£100M
Lots Value
£10,250,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Aug 20256 months ago
Submission Deadline
12 Sep 2025Expired
Future Notice Date
30 Jun 2025Expired
Award Date
Not specified
Contract Period
30 Jun 2026 - 30 Jun 2030 4-5 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
Not specified
Contact Email
deslestsp-seec-commercial@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-0516f4-2025-08-15T13:40:18+01:00",
    "date": "2025-08-15T13:40:18+01:00",
    "ocid": "ocds-h6vhtk-0516f4",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "022644-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/022644-2025",
                "datePublished": "2025-05-19T14:02:43+01:00",
                "format": "text/html"
            },
            {
                "id": "022725-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/022725-2025",
                "datePublished": "2025-05-19T14:56:42+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Please note Preliminary Market Engagement was previously conducted (in 2024) in the form of a request of supplier briefs, in an aim to identify the level of industry interest, gain feedback to further inform our requirement and understand what method industry deem most suitable for the delivery and running of this contract once awarded. This was requested via PIN reference 2024-041728 https://www.findtender.service.gov.uk/Notice/018376-2024",
                "dateMet": "2024-07-01T00:00:00+01:00",
                "status": "met"
            }
        ]
    },
    "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": "DESLESTSP-SEEC-Commercial@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"
    },
    "tender": {
        "id": "712050456",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Application Development & Support",
        "description": "The requirement is for the development and in service support of Application Development & Support (ADAS). This will include software development and support for the following: - Development and continued availability of an application store. - Systems and platforms may include Android, Windows, Linux and AWS. Software (applications) will be required to be developed for use on a variety of networks and with varying levels of data classification. Applications may be standalone, networked using secure closed systems or open cloud based and may be required to interface with 3rd party hardware e.g. sensors for data ingest, processing and transfer. These apps will need to be integrated onto the application store. - Integration of commercial off the shelf (COTS) applications onto the application store. The suppliers will be required to support DE&S with rapid, insightful, and cost-effective decisions to ensure the sustainment of the UK defence operations. The number of bespoke apps is subject to change but is assumed to be around ~20 over the life of the contract. The applications are to be used by a small, CBRN focused Military group only. The classification of application development is up to and including OFFICIAL-SENSITIVE. However, some apps may require libraries up to an including SECRET UK EYES ONLY meaning that the supplier will be required to hold Facility Security Clearance before contract award. The in-service support shall include, but not limited to maintaining availability of the applications and the application store.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72231000",
                        "description": "Development of software for military applications"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212517",
                        "description": "IT software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212000",
                        "description": "Programming services of application software"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212983",
                        "description": "Development software development 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": 12300000,
            "amount": 10250000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2030-06-30T23:59:59+01:00",
                    "maxExtentDate": "2034-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 12300000,
                    "amount": 10250000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The award crtieria for the PSQ.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Conditions of Participation - PSQ",
                            "description": "Suppliers will be evaluated in two stages, Stage 1 - Qualification and Stage 2 - Technical, only suppliers that pass Stage 1 shall be deemed compliant and progress to Stage 2 - Technical evaluation. Most questions in stage 1 and 2 are pass/fail questions. Questions where a 'fail' or a score of 0 will result in exclusion from the competition has been clearly identified within the evaluation criteria against each question in the PSQ Conditions of Participation Methodology document. Questions within the Technical Ability and Project Experience (within stage 2) are weighted and scored (0/30/70/100). The weighting for this section is 100%."
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 1,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The legal and financial capacity conditions of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation. Suppliers, associated persons and tier one & two suppliers are required registered on the Central Digital Platform and share up-to-date information. The Authority shall assess suppliers (or where relevant, a connected person), an associated person or a sub-contractor to determine whether mandatory or discretionary grounds for exclusion apply, in accordance with The Procurement Act 2023. Please see section 1.13 on the PSQ and the supporting document for full information on financial requirements. Stage 1 - Qualification (Pass / Fail) Part 1 - Confirmation of core supplier information * Documentation * Preliminary SI Basic Information * Confirmation of CDP SI Basic Information Part 2 - Additional exclusion information * Associated Persons * List of all Intended Sub-Contractors * Subcontractors CDP Information Part 3 - Conditions of participation * Electronic Trading * Defence and Security Questions * Security of Information * Financial Assessment Suppliers must pass stage 1 to progress to stage 2 of the PSQ. Questions where a 'fail' will result in exclusion from the competition have been clearly identified within the evaluation criteria against each question within the Project Specific Questionnaire (PSQ) Conditions of Participation Methodology document."
                        },
                        {
                            "type": "technical",
                            "description": "The technical condition of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation. Stage 2 - Technical (Pass / Fail and Scored) Part 3 - Conditions of Participation * Sustainable Procurement * Russian / Belarusian Entities * Insurance * Data Protection * Technical Ability and Project Experience * Experience of Sub-contractor Management * Health and Safety * Tackling Modern Slavery in Supply Chains Questions where a 'fail' or a score of 0 will result in exclusion from the competition have been clearly identified within the evaluation criteria against each question in the PSQ Conditions of Participation Methodology document."
                        },
                        {
                            "description": "The top six fully compliant suppliers with the highest technical scores shall be invited to take part in the Invitation to Tender (ITT).",
                            "forReduction": true
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "4 options years avialable, to be taken 1 year at a time. The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s). Further information on the option(s) will be provided in the Invitation to Tender."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-06-30T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Application Development and Support contract is being procured through the Competitive Flexible Procedure in accordance with the Procurement Act 2023 ('The Act'). The following steps will be used to decide which supplier progress to Invitation to Tender; * Project Specific Questionnaire (PSQ) - The top 6 tenderers who are fully compliant and have the received highest scores in the Technical Envelope shall be invited to take part in the Invitation to Tender (ITT). Invitation to Tender (ITT), the evaluation shall include various stages in order to arrive at contract award; * Bidder's conference - Shortly after the ITT is issued, the tenderers will be invited to a Bidder's Conference to learn more about the Authorities requirements and background to the ITT. * Paper based evaluation of the ITT - The evaluation will access tenderers based on Value for Money (VFM) using the VFM Weighted index. The weighting of the evaluation will be split 60% technical and 40% price. The top three scoring tenderers will progress to the presentation stage. * Presentation stage - The three remaining tenderers will present to the Authority in order to bring to life specific sections of their software development proposal response, which they have detailed in their written ITT response. * Partial second ITT evaluation - The sections of the ITT which are covered in the presentation will be re-evaluated by the Authority following the suppliers' presentations.; scores can increase, decrease or remain the same. * Contract award - The tenderer offering the best Value for Money (VFM) using the VFM Weighted index will be awarded the contract. The weighting will remain 60% technical and 40% price. Full information on how the procurement procedure including evaluation criteria, strategy and stages of evaluation will be provided within the ITT guidance. The Authority reserves the right under the Procurement Act 2023 to: -To cancel the procurement procedure at any stage. - Not to award a contract as a result of the procurement process. - Make any modifications during a competitive flexible procedure, provided that the deadline to participate or submit a first or only tender has not passed (section 31(1)(b)). - Make non substantial modifications, during a competitive flexible procedure, up to the deadline of the final tendering stage (section 31(2)(a)). - Refine or supplement the award criteria during a competitive flexible procedure (section 24(1)). If there are any changes to the procedure, this will be set out in the ITT supporting documentation."
        },
        "submissionMethodDetails": "PSQ responses should be submitted by the Authority using the Defence Sourcing Portal (DSP) by the deadline stated. Responses submitted via any other medium will not be accepted or considered. https://contracts.mod.uk The DSP Opportunity listing for the PSQ can be found here - https://contracts.mod.uk/go/0598293001989EB899F4",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-09-26T23:59:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-09-12T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-11-24T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Documents will be provided to support to PSQ and ITT, all documents will be avaiable via the DSP. For the PSQ the document provided are; Application Development and Support Project Specific Questionnaire (PSQ) Conditions of Participation Methodology and 20250218_MoD_Covered Procurement_PSQ_Supplier_Explainer."
            },
            {
                "id": "049140-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/049140-2025",
                "datePublished": "2025-08-15T13:40:18+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "The Authority shall pay the Contractor any sums due under such an invoice no later than a period of 30 days from the date on which the Authority has determined that the invoice is valid and undisputed. Payment for Contractor Deliverables will be made by electronic transfer and prior to submitting any claims for payment, the Contractor will be required to register their details (Supplier on-boarding) on the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. Further details are provided in the draft contract which will be provided as part of the ITT."
        },
        "riskDetails": "There is a risk that some of the applications (or data to be contained within them) will need to be developed at TOP SECRET."
    },
    "language": "en"
}