Tender

Provision of Armed Forces Compulsory Drug Testing UK4

MINISTRY OF DEFENCE

This public procurement record has 4 releases in its history.

Tender

10 Oct 2025 at 07:22

PlanningUpdate

13 Jun 2025 at 10:54

Planning

12 Jun 2025 at 13:07

Planning

19 May 2025 at 15:08

Summary of the contracting process

The Ministry of Defence (MOD), a central government entity in the United Kingdom, has initiated an open procedure procurement process for the "Provision of Armed Forces Compulsory Drug Testing UK4". The process focuses on the service industry, particularly in health and laboratory services, drug detection apparatus, and urologist services. Located in Andover, this contract spans the whole of the UK and has an expected procurement value of £15,000,000, reaching up to £18,000,000 including extensions. Key dates include the tender submission deadline on 4th November 2025, the award period conclusion on 15th January 2026, and the contract period starting on 1st April 2026 and ending on 31st March 2031. Interested parties are encouraged to submit responses via the Defence Sourcing Portal, with specific submission guidelines detailed therein.

This tender presents substantial growth opportunities for businesses involved in laboratory services and drug testing equipment supply, particularly those experienced in handling large-scale, sensitive testing and analysis needs. The MOD requires the contractor to manage a comprehensive drug-testing programme, necessitating capabilities in sample collection, analysis, and results delivery. Ideal candidates are organisations that are UKAS accredited, possess robust financial health, and can demonstrate value for money. Given the project's scale and complexity, it might particularly appeal to SMEs and VCSEs with innovative approaches, especially those capable of offering integrated services or pioneering testing methodologies that enhance efficiency and accuracy. Such a comprehensive contract offers scope for strengthening business portfolios and expanding operational capacities 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

Provision of Armed Forces Compulsory Drug Testing UK4

Notice Description

The Armed Forces Compulsory Drug Testing Programme is the largest occupational drug-testing programme in Europe and was established in January 1995. It is designed to reduce the incidence of substance misuse in the Armed Forces by detection and deterrence underpinned by education and policy. Currently between 100,000 - 125,000 samples are collected per annum. In addition to testing for drug misuse, there is also the requirement for the contractor to conduct screening for steroids and new psychoactive substances. The programme involves the analysis of urine samples of service personnel. Samples are collected by Armed Forces collection teams and transported to the laboratory of the Authority's urinalysis contractor. The programme also requires research and scientific support. These areas are included in this contract, which is structured to provide maximum flexibility to cope with change during its life.

Planning Information

REQUEST FOR INFORMATION REFERENCE: 62081818 – Armed Forces Compulsory Drug Testing Programme (AFCDT) CUSTOMER: APSG, D Pers, Ministry of Defence (The Authority) INTENDED CONTRACT START DATE: 01 April 2026 DATE RESPONSE REQUIRED: 14 July 2025 Dear Potential Provider, We would like to notify you of a potential upcoming requirement, and by doing so we are keen to understand where the market stands in terms of our requirement below. The UK MOD is conducting market research with the intention of continuing the provision of the AFCDT. AFCDT is designed to reduce the incidence of SM in the Armed Forces (AF) by detection and deterrence underpinned by education and policy. Currently between 100,000 and 125,000 samples are collected per annum. The AF remains committed to the AFCDT, recognising the risk to Operational Effectiveness (OE) and Risk to Life (RtL) resultant from Substance Misuse (SM). All SP (Army, Navy and Air Force) are subject to Service Law are liable for AFCDT from date of attestation. Samples are collected by the AFCDT Teams (military personnel) on a 24/7 basis and transported to the urinalysis contractor’s laboratory, under a separate transport contract. The current AFCDT is broken up into two contracts, the Urine Analysis (UA) AFCDT Contract and the AFCDT Assurance Contract (AC). This RFI only covers the AFCDT Urine Analysis Contract requirements. Please note the following general conditions: • This RFI will help us to refine the requirement and conduct market research. • We reserve the right not to proceed with this procurement. Nothing shall constitute a commitment to instigating a formal procurement process. • Any and all costs associated with the production of such a response either to an RFI or any resultant competition must be borne by the Supplier. The Authority will not contribute in any way to meeting production costs of any response. • No down-selection of Potential Providers will take place as a consequence of any responses or interactions relating to this RFI. • We expect that all responses to this RFI will be provided by Potential Providers in good faith to the best of their ability in the light of information available at the time of their response. • No information provided by a Potential Provider in response to this RFI will be carried forward, used or acknowledged in any way for the purpose of evaluating the Potential Provider, in any subsequent formal procurement process that may take place. • Should a Potential Provider fail to respond to this Supplier Questionnaire, it will not affect any further participation in any possible future procurement for this capability. OUR AIMS – WHAT WE WANT TO ACHIEVE The Customer is looking for one or more Suppliers to deliver the following aims: a. Provision of suitable robust specimen collection kits and regulation compliant transport packaging. b. The screening by urinalysis of all samples and the conduct of confirmation analysis where necessary applying recognized accredited methods. c. The ability to conduct hair testing on an ad-hoc basis. d. Secure delivery of results electronically to the Authority. e. Ability to conduct DNA analysis on an ad-hoc basis. f. Ability to conduct enhanced analysis i,e workplace steroids, New or Novel Psychoactive Substances (NPS) and other emerging trends, up to 10% of the overall samples, or on request. g. Regulation compliant storage of samples. h. Destruction of bio-hazard waste. i. Training, inspections and liaison: and j. Customer support (including toxicology evidence and expert legal witness testimony where necessary). WHAT WE ARE LOOKING FOR The Customer is looking for Industry feedback on the following areas: 1. There is an appetite for a singular provider to deliver all requirements detailed in the brief as a capability under a single contract, can this be achieved by your organisation? 2. How would the potential provider seek to service the contract, which includes the provision of testing kits, clinical waste disposal, IT infrastructure, communications and overall technical support throughout. 3. Do any potential providers have the current capacity to deliver the capabilities? If a potential provider has a solution or is willing to develop a solution that fulfils the requirement, please provide a summary of the solution. 4. If the potential provider does not have a current solution that meets the requirement in full, what level of investment would the potential provider envisage as a result, or would the potential provider seek to sub-contract capabilities, and how would this sub-contract capability be managed. 5. Are there any major pit falls, issues or risks with the requirement? 6. How would a potential provider bring innovation to the testing process, for example a testing kit that indicates a positive result at the time of testing. Which can then be sent for further analysis. 7. Where possible, are you able to provide a submission of a rough order of magnitud in regard to how much it may cost to the Authority fulfil this requirement in full, for 5 years. 8. Where possible, confirm the lead time to establish a robust logistical plan for the delivery of test kits and other potential lead times to have a facility that provides the service up and running. 9. If not, UKAS accredited, how long would it take for you to achieve this or similar accreditation required by the UK Government to conduct this requirement. 10. How is your service currently measured by other customers of your services i.e. Key Performance Indicators. 11. Are you able to provide examples of Key Performance Indicators? 12. What are the most applicable social value missions and outcomes that be achieved in fulfilment of the requirement? (Please see https://assets.publishing.service.gov.uk/media/67ae1529e270ceae39f9e1a0/2025-02-11_PPN_002_The_social_value_model.docx.pdf) 13. Are there any outcomes that provide tenderers the best opportunity to deliver greater benefit to social, economic and the environment missions and outcomes through the performance of the potential contract than other outcomes listed in the above link? POTENTIAL PROVIDER QUESTIONS AND CLARIFICATIONS • Potential Providers may raise questions or seek clarification regarding any aspect of this RFI document at any time prior to the Clarification Period Closure, as detailed in 'our timeline'. Questions must be submitted through the Defence Sourcing Portal (DSP). • To ensure that all Potential Providers have equal access to information regarding this Procurement, responses to questions raised by Potential Providers will be published in a questions and answers document, which will be available through the DSP. • Responses to questions will not identify the originator of the question. • If a Potential Provider wishes to ask a question or seek clarification without the question and answer being published in this way, then the Potential Provider must notify us and provide its justification for withholding the question and any response. If the Authority does not consider that there is sufficient justification for withholding the question and the corresponding response, the Potential Provider will be invited to decide whether: o the question/clarification and the response should in fact be published; or o It wishes to withdraw the question/clarification. INSTRUCTIONS FOR COMPLETION AND RETURN • Answers should be limited to a maximum of one side of A4 per question, using Ariel Font, Size 11. • Once completed please save as a PDF file and return to: Army-Comrcl-Procure-HC-Mailbox@mod.gov.uk • Completed questionnaires should be returned by no later than COP 17:00 14 July 2025. Along with your completed responses you are invited to provide any marketing material/information that would help the MOD understand more about your organization and the market you operate in. Please note that failure to respond to this Supplier Questionnaire will not affect any further participation in any possible future procurement for this capability. The full Statement of Requirement is attached to the opportunity listing on the Defence Sourcing Portal, this be accessed by clicking on the following link: A DSP account will need to be created to access the link

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051776
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/063967-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

71 - Architectural, construction, engineering and inspection services

85 - Health and social work services


CPV Codes

38434000 - Analysers

38544000 - Drug detection apparatus

71900000 - Laboratory services

85100000 - Health services

85121292 - Urologist services

Notice Value(s)

Tender Value
£15,000,000 £10M-£100M
Lots Value
£15,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Oct 20254 months ago
Submission Deadline
4 Nov 2025Expired
Future Notice Date
25 Aug 2025Expired
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2031 Over 5 years
Recurrence
2030-12-02

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
Army-Comrcl-Procure-HC-Mailbox@mod.gov.uk
Contact Email
army-comrcl-procure-hc-mailbox@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
ANDOVER
Postcode
SP11 8HJ
Post Town
Salisbury
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ36 Central Hampshire
Delivery Location
Not specified

Local Authority
Test Valley
Electoral Ward
Andover Millway
Westminster Constituency
North West Hampshire

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-051776-2025-10-10T08:22:13+01:00",
    "date": "2025-10-10T08:22:13+01:00",
    "ocid": "ocds-h6vhtk-051776",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "022814-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/022814-2025",
                "datePublished": "2025-05-19T16:08:50+01:00",
                "format": "text/html"
            },
            {
                "id": "031942-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031942-2025",
                "datePublished": "2025-06-12T14:07:08+01:00",
                "format": "text/html"
            },
            {
                "id": "032232-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/032232-2025",
                "datePublished": "2025-06-13T11:54:23+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "REQUEST FOR INFORMATION REFERENCE: 62081818 - Armed Forces Compulsory Drug Testing Programme (AFCDT) CUSTOMER: APSG, D Pers, Ministry of Defence (The Authority) INTENDED CONTRACT START DATE: 01 April 2026 DATE RESPONSE REQUIRED: 14 July 2025 Dear Potential Provider, We would like to notify you of a potential upcoming requirement, and by doing so we are keen to understand where the market stands in terms of our requirement below. The UK MOD is conducting market research with the intention of continuing the provision of the AFCDT. AFCDT is designed to reduce the incidence of SM in the Armed Forces (AF) by detection and deterrence underpinned by education and policy. Currently between 100,000 and 125,000 samples are collected per annum. The AF remains committed to the AFCDT, recognising the risk to Operational Effectiveness (OE) and Risk to Life (RtL) resultant from Substance Misuse (SM). All SP (Army, Navy and Air Force) are subject to Service Law are liable for AFCDT from date of attestation. Samples are collected by the AFCDT Teams (military personnel) on a 24/7 basis and transported to the urinalysis contractor's laboratory, under a separate transport contract. The current AFCDT is broken up into two contracts, the Urine Analysis (UA) AFCDT Contract and the AFCDT Assurance Contract (AC). This RFI only covers the AFCDT Urine Analysis Contract requirements. Please note the following general conditions: * This RFI will help us to refine the requirement and conduct market research. * We reserve the right not to proceed with this procurement. Nothing shall constitute a commitment to instigating a formal procurement process. * Any and all costs associated with the production of such a response either to an RFI or any resultant competition must be borne by the Supplier. The Authority will not contribute in any way to meeting production costs of any response. * No down-selection of Potential Providers will take place as a consequence of any responses or interactions relating to this RFI. * We expect that all responses to this RFI will be provided by Potential Providers in good faith to the best of their ability in the light of information available at the time of their response. * No information provided by a Potential Provider in response to this RFI will be carried forward, used or acknowledged in any way for the purpose of evaluating the Potential Provider, in any subsequent formal procurement process that may take place. * Should a Potential Provider fail to respond to this Supplier Questionnaire, it will not affect any further participation in any possible future procurement for this capability. OUR AIMS - WHAT WE WANT TO ACHIEVE The Customer is looking for one or more Suppliers to deliver the following aims: a. Provision of suitable robust specimen collection kits and regulation compliant transport packaging. b. The screening by urinalysis of all samples and the conduct of confirmation analysis where necessary applying recognized accredited methods. c. The ability to conduct hair testing on an ad-hoc basis. d. Secure delivery of results electronically to the Authority. e. Ability to conduct DNA analysis on an ad-hoc basis. f. Ability to conduct enhanced analysis i,e workplace steroids, New or Novel Psychoactive Substances (NPS) and other emerging trends, up to 10% of the overall samples, or on request. g. Regulation compliant storage of samples. h. Destruction of bio-hazard waste. i. Training, inspections and liaison: and j. Customer support (including toxicology evidence and expert legal witness testimony where necessary). WHAT WE ARE LOOKING FOR The Customer is looking for Industry feedback on the following areas: 1. There is an appetite for a singular provider to deliver all requirements detailed in the brief as a capability under a single contract, can this be achieved by your organisation? 2. How would the potential provider seek to service the contract, which includes the provision of testing kits, clinical waste disposal, IT infrastructure, communications and overall technical support throughout. 3. Do any potential providers have the current capacity to deliver the capabilities? If a potential provider has a solution or is willing to develop a solution that fulfils the requirement, please provide a summary of the solution. 4. If the potential provider does not have a current solution that meets the requirement in full, what level of investment would the potential provider envisage as a result, or would the potential provider seek to sub-contract capabilities, and how would this sub-contract capability be managed. 5. Are there any major pit falls, issues or risks with the requirement? 6. How would a potential provider bring innovation to the testing process, for example a testing kit that indicates a positive result at the time of testing. Which can then be sent for further analysis. 7. Where possible, are you able to provide a submission of a rough order of magnitud in regard to how much it may cost to the Authority fulfil this requirement in full, for 5 years. 8. Where possible, confirm the lead time to establish a robust logistical plan for the delivery of test kits and other potential lead times to have a facility that provides the service up and running. 9. If not, UKAS accredited, how long would it take for you to achieve this or similar accreditation required by the UK Government to conduct this requirement. 10. How is your service currently measured by other customers of your services i.e. Key Performance Indicators. 11. Are you able to provide examples of Key Performance Indicators? 12. What are the most applicable social value missions and outcomes that be achieved in fulfilment of the requirement? (Please see https://assets.publishing.service.gov.uk/media/67ae1529e270ceae39f9e1a0/2025-02-11_PPN_002_The_social_value_model.docx.pdf) 13. Are there any outcomes that provide tenderers the best opportunity to deliver greater benefit to social, economic and the environment missions and outcomes through the performance of the potential contract than other outcomes listed in the above link? POTENTIAL PROVIDER QUESTIONS AND CLARIFICATIONS * Potential Providers may raise questions or seek clarification regarding any aspect of this RFI document at any time prior to the Clarification Period Closure, as detailed in 'our timeline'. Questions must be submitted through the Defence Sourcing Portal (DSP). * To ensure that all Potential Providers have equal access to information regarding this Procurement, responses to questions raised by Potential Providers will be published in a questions and answers document, which will be available through the DSP. * Responses to questions will not identify the originator of the question. * If a Potential Provider wishes to ask a question or seek clarification without the question and answer being published in this way, then the Potential Provider must notify us and provide its justification for withholding the question and any response. If the Authority does not consider that there is sufficient justification for withholding the question and the corresponding response, the Potential Provider will be invited to decide whether: o the question/clarification and the response should in fact be published; or o It wishes to withdraw the question/clarification. INSTRUCTIONS FOR COMPLETION AND RETURN * Answers should be limited to a maximum of one side of A4 per question, using Ariel Font, Size 11. * Once completed please save as a PDF file and return to: Army-Comrcl-Procure-HC-Mailbox@mod.gov.uk * Completed questionnaires should be returned by no later than COP 17:00 14 July 2025. Along with your completed responses you are invited to provide any marketing material/information that would help the MOD understand more about your organization and the market you operate in. Please note that failure to respond to this Supplier Questionnaire will not affect any further participation in any possible future procurement for this capability. The full Statement of Requirement is attached to the opportunity listing on the Defence Sourcing Portal, this be accessed by clicking on the following link: A DSP account will need to be created to access the link",
                "dueDate": "2025-07-14T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "Army Headquarters, Marlborough Lines",
                "locality": "Andover",
                "postalCode": "SP11 8HJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ36"
            },
            "contactPoint": {
                "name": "Army-Comrcl-Procure-HC-Mailbox@mod.gov.uk",
                "email": "Army-Comrcl-Procure-HC-Mailbox@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"
    },
    "tender": {
        "id": "714890452",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Armed Forces Compulsory Drug Testing UK4",
        "description": "The Armed Forces Compulsory Drug Testing Programme is the largest occupational drug-testing programme in Europe and was established in January 1995. It is designed to reduce the incidence of substance misuse in the Armed Forces by detection and deterrence underpinned by education and policy. Currently between 100,000 - 125,000 samples are collected per annum. In addition to testing for drug misuse, there is also the requirement for the contractor to conduct screening for steroids and new psychoactive substances. The programme involves the analysis of urine samples of service personnel. Samples are collected by Armed Forces collection teams and transported to the laboratory of the Authority's urinalysis contractor. The programme also requires research and scientific support. These areas are included in this contract, which is structured to provide maximum flexibility to cope with change during its life.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85121292",
                        "description": "Urologist services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38544000",
                        "description": "Drug detection apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38434000",
                        "description": "Analysers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health 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"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 18000000,
            "amount": 15000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2031-03-31T23:59:59+01:00",
                    "maxExtentDate": "2031-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 18000000,
                    "amount": 15000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Tender Evaluation will calculated using the Value for Money Index which is a Most Advantageous Tender (MAT) Evaluation This approach divides the total score of the non-cost (quality) criteria by the tender cost. It ranks tenders on the quality (represented by the non-cost score) for each PS (or PSk or PSm) of costs.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Tehcnical requirements",
                            "description": "Please see attached DEFFORM 47 ITT"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Please see attached DEFFORM 47 ITT"
                        },
                        {
                            "type": "cost",
                            "name": "Total value of Tender including extensions",
                            "description": "Total value of Tender including extensions priced in accodordance with Variation of Price, please see tender documents, VOP can be seen at condition 47.4 of the terms and conditions (SC2)"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Turnover The Authority will review each Potential Provider Entity's turnover for the three full financial years prior to the date of the ITT. If the estimated annual contract value for this procurement exceeds fifty per cent. (50%) of a Potential Provider's annual turnover, the Potential Provider will not meet this qualification standard. Where the Potential Provider Entity intends to provide all or some of of the required services via a joint-venture company, Consortium Member, or other special purpose vehicle, the Authority will apply the assessment equally to the Potential Provider Entity. Accordingly, where the annual contract value turnover exceeds 50% of the value of a Potential Provider Entity turnover (assessed as the cumulation of all parties turnover in either the joint venture, Consortia or special purpose vehicle), the Potential Provider Entity will not meet this qualification standard. Liquidity ratios A Potential Provider Entity's current assets are divided by current liabilities to establish if there are sufficient assets to cover all of the Potential Provider Entity's liabilities as they fall due over the course of one year. The Authority requires a Potential Provider Entity to have: a minimum current ratio of 1.0; and a minimum acid test ratio of 0.8. If these ratios are not met, the Potential Provider Entity will not meet this qualification standard. Company Watch Company Watch \"H-Score\" (an overall measure of a business' financial health - for more information, see www.companywatch.net/analytics-insight/h-score). If a Potential Provider Entity does not have a score of 20 or above, the Potential Provider Entity will not meet this qualification standard. Where Company Watch \"H-Score\" is unavailable or for international companies, Net Debt/EBITDA (below) will be used as an alternative. Net Debt/EBITDA An entity's EBITDA is a proxy for the cash flow it generates from its ongoing operations. The Net Debt to EBITDA Ratio measures an entity's ability to service its debt. The Authority requires a Potential Provider Entity to have: a maximum of 2.5x If this ratio is not met, the Potential Provider Entity will not meet this qualification standard."
                        },
                        {
                            "type": "technical",
                            "description": "Tenderers must be UKAS accredited or demonstrate ability to gain UKAS accredication to the satisfaction of the Authority by the contract start date."
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-08-25T23:59:59+01:00"
        },
        "status": "active",
        "amendments": [
            {
                "id": "032232-2025",
                "description": "Update to Defence Sourcing Portal link."
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "Please submit response on the Defence Sourcing Portal via the following link: https://contracts.mod.uk/go/2210270901999AC76049",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-11-04T11:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-16T18:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-01-15T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "063967-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/063967-2025",
                "datePublished": "2025-10-10T08:22:13+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2030-12-02T23:59:59+00:00"
                }
            ]
        }
    },
    "language": "en"
}