Notice Information
Notice Title
Future Defence Support Services (FDSS)
Notice Description
The Authority requirement is for a Supplier to provide under a one Lot Model: * A Sourcing, Procurement and Inventory Management (SP&IM) capability for the range of materiel set out below (hereafter referred to as the FDSS Materiel Range) * A worldwide Storage & Stock Management capability for the FDSS Materiel Range and the full Authority Managed Materiel range, with both combined defined Defence Materiel, noting: o Will include the receipt, store, account, maintenance, issue and disposal of materiel. o Some items will require additional services e.g. inspection, repair, maintenance, service and calibration as part of the receipt and issue process * Load sortation, consolidation and cross-docking services * A worldwide Movement & Distribution capability for the movement of Defence Materiel incorporating all modes of transportation including Road, Rail, Air & Sea. * Worldwide removals service for re-location of Defence personnel Movement & Distribution supporting services including load sortation, consolidation and cross-docking services, provision and fleet management of movement media. The Materiel Range shall include items in the following 3 high-level ranges: 1. Support the Human Being (and Defence Animals) - items related to the life-support of Defence personnel. Example scope of items include: * Medical, Dental and Veterinary Equipment (MDVE) including Blood and Blood products, Pharmaceuticals, and medical consumables * Recreational and Athletic Equipment as well as Toiletries, Cleaning Equipment and Supplies * Clothing, Individual Equipment and Insignia (includes Personal Protective Equipment) * Subsistence (Food both fresh and packaged, Beverages) 2. Platform Componentry - items which are used to support higher level assemblies which form Defence equipment's in the Land, Air and Maritime environments. Example scope of items include: * Aviation Spares and Components * Maritime Spares and Components * Land Spares and Components * Batteries, Power and Electrical Components * Construction, Fluid and Water Handling Equipment * Heating, Ventilation, Air Conditioning, and Lighting components * Bearings, Oils, Lubricants and Associated Products * Agriculture and Materials Handling Equipment components 3. Off Platform - items which support Defence Outputs, but which are not intrinsic to vehicle/equipment assemblies. Example of scope of items include: * Tools and Workshop Equipment * Construction and Materials * Alarms, Signals, Stationery and Training Aids * Furniture, Fittings and Lighting * Hardware, Abrasives, Brushes, Paints and Adhesives * Musical and Photographic Equipment * Industrial Gases and Chemicals * Packaging and Handling Equipment * Food Preparation Equipment and Agricultural Supplies * Weapons, Weapon Spares and Ancillaries * Services (such as Supply Fit of Ceremonial uniform and Carpet fitting). Potential Future scope during the duration of the contract may include: * Expansion of scope of sourcing, procurement and inventory management to increase the range of materiel under management in specified categories. * Expansion and optimisation of storage and stock management network in terms of scale, type and purpose of Storage and geographic location (including potential for international locations) and Contractors on Deployed Operations (CONDO) support. * Expansion of distribution and movement services in terms of scale, type and purpose * Expansion of role in repair maintenance, repair and calibration of Medical equipment in support of medical equipment * Increased scope of responsibility for disposal services. Further detail can be found in the Supporting documents SOR Summary and Data Spreadsheet. The Authority's objective is to enhance resilience, agility, and scalability to better support the latest Defence Planning Assumptions in the Defence Support and Supply Chain strategies. This will include the need for MOD to reduce a proportion of MOD-owned warehousing estate. Under the Contract , the Supplier will source and supply to the Authority products falling within the FDSS Scope as principal. The Authority is, however, finalising its procurement model in respect of some of the listed categories of goods and therefore reserves the right to require the Supplier to act as the Authority's agent to source and supply certain categories of goods rather than supplying those goods as principal, with the consequent reduction in the overall FDSS contract value. The final position on this will be confirmed in the documentation issued with the ITN. MOD anticipates the potential for SME involvement in the sourcing of the commodities, managed holistically by the winning Bidder. Value of goods, services or works is PS8-18 Bn across the life of the contract this includes the purchase cost of materiel together with the costs of associated service delivery across the 10 year contract term and the permitted 2 year extension. Registering on AWARD The link below will take you to the DSP AWARD(r) registration page. https://award.commercedecisions.com/dsp/web/project/8f0a153e-345d-4b18-a1d4-a544f778ba9b/register If your organisation is already registered in DSP AWARD but you do not know your login details or your account has become inactive, please contact the AWARD helpdesk (support@commercedecisions.com). The following documents will be available for all Suppliers that meet the conditions: 1. Statement of Work Summary 2. Data spreadsheet 3. Procurement Specific Questionnaire (PSQ) Guidance Document These draft documents are being shared at the PSQ Stage for information purposes only and in order to provide Suppliers with an early understanding of FDSS. Classification of Tender Documents is OFFICIAL - SENSITIVE The Cyber Risk Profile is High - RAR-250417A05 The pricing model will be based on performance and will include incentivisation The contract will be the Model Services Contract v.2.2 with narrative DEFCONs and bespoke project-specific drafting. Suppliers should note that supplier response restrictions apply as detailed within the FDSS PSQ Guidance Document, including paragraphs [2], [3] and [4].
Lot Information
Lot 1
Options: The right to contract for additional services The Authority has the right to exercise an option to extend the contract duration by a further two years.
Renewal: The Authority has the right to exercise an option to extend the contract duration by two years in the form of 2 x 12 months The right to additional purchases of in scope goods and services while the contract is valid.
Planning Information
The preliminary market engagement closed on 30 October 2024. The Authority currently has no plans to carry out any further PME in relation to FDSS, although the Authority reserves the right to conduct further Industry Engagement through the formal RFI process, if required. Any further engagement will be focused on specific topics/elements and will be open to all potential suppliers. The Authority will publish another PME notice if further PME is to be carried out. The following PME has been completed: • August 2023 -The Prior Information Notice (PIN) was published, inviting all potential suppliers to register their interest in the FDSS Programme. • August 2023 - EOI & 1st RFI Issued. 56 EOI and 39 RFI responses were received and from these we extracted cross-sectional views of the market to highlight concentration of interest across activity groups. We also calculated the range of supplier interest by company type and size. • September 2023 - Initial market engagement session. 106 attendees joined the initial virtual market engagement session, where the FDSS Team provided further detail on the proposed scope and timelines. • November 2023 – 2nd RFI was issued to allow suppliers to provide an updated view of their capabilities, areas of investment, and any technologies which FDSS could potentially exploit. • January 2024 – Supplier 1-2-1 Day. The supplier 1-2-1 day was attended by 70 companies, where 120 industry attendees were involved. Key objectives were achieved including updating industry on the Programme scope and timelines, developing our understanding of how different companies may wish to be involved and facilitating supplier networking. • May 2024 – Lotting and Delivery Model RFI was issued to understand how the market is naturally segmented across the FDSS Requirements to support its research into optimal lotting approaches. This was achieved by gathering data to identify common areas of overlap in market capability. This RFI is one element of this research. • August 2024 – Solution Design (Technical) RFI issued. The purpose of this RFI was to seek input from industry about how the procurement process can be made more accessible and efficient, and to enable industry to highlight any innovative products or solutions which may be relevant to the FDSS Programme. The RFI responses yielded multiple insights. Recommendations and case studies spanning all six ‘themes’ of innovation (including resilience, IS/IT, supply chain illumination, sustainability, contractual flexibility and inventory management) demonstrate the existence of a potential supplier group possessing innovative capabilities with potential for adaptation to FDSS. • August 2024 – 1-2-1 sessions were held as part of FDSS ongoing industry engagement. During August 2024, 9 different companies Were engaged over the course of dedicated one-hour sessions. These companies were selected due to their expertise in relevant areas. • October 2024 –2nd Industry Day was held. Facilitation of networking to encourage collaboration amongst interested industry parties. A presentation was delivered that provided industry with confidence in the FDSS Programme, and the information required to continue developing their approach to becoming potential bidders. The day also provided Industry with the opportunity to ask questions around key areas of interest. • October 2024 – Digital (Technical) RFI 2 issued. The Authority were seeking input from industry as the FDSS solution design developed. This included insight into 1) how suppliers can meet the FDSS digital needs, and 2) how suppliers envision service transition from the incumbent to potential new delivery partners.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05229e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/075835-2025
- 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
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
03 - Agricultural, farming, fishing, forestry and related products
09 - Petroleum products, fuel, electricity and other sources of energy
14 - Mining, basic metals and related products
15 - Food, beverages, tobacco and related products
18 - Clothing, footwear, luggage articles and accessories
22 - Printed matter and related products
24 - Chemical products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; lighting
33 - Medical equipments, pharmaceuticals and personal care products
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
37 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories
38 - Laboratory, optical and precision equipments (excl. glasses)
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
42 - Industrial machinery
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
50 - Repair and maintenance services
60 - Transport services (excl. Waste transport)
63 - Supporting and auxiliary transport services; travel agencies services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
03410000 - Wood
09210000 - Lubricating preparations
14700000 - Basic metals
15000000 - Food, beverages, tobacco and related products
18000000 - Clothing, footwear, luggage articles and accessories
22400000 - Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manuals
24000000 - Chemical products
30190000 - Various office equipment and supplies
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
33000000 - Medical equipments, pharmaceuticals and personal care products
34300000 - Parts and accessories for vehicles and their engines
34730000 - Parts for aircraft, spacecraft and helicopters
34900000 - Miscellaneous transport equipment and spare parts
35100000 - Emergency and security equipment
35800000 - Individual and support equipment
37000000 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories
38000000 - Laboratory, optical and precision equipments (excl. glasses)
39100000 - Furniture
39200000 - Furnishing
39500000 - Textile articles
39800000 - Cleaning and polishing products
42100000 - Machinery for the production and use of mechanical power
42500000 - Cooling and ventilation equipment
42600000 - Machine tools
42960000 - Command and control system, printing, graphics, office automation and information-processing equipment
44100000 - Construction materials and associated items
44400000 - Miscellaneous fabricated products and related items
44500000 - Tools, locks, keys, hinges, fasteners, chain and springs
44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers
44800000 - Paints, varnishes and mastics
50000000 - Repair and maintenance services
60100000 - Road transport services
60200000 - Railway transport services
60400000 - Air transport services
60640000 - Shipping operations
63100000 - Cargo handling and storage services
63520000 - Transport agency services
79991000 - Stock-control services
Notice Value(s)
- Tender Value
- £8,000,000,000 £1B-£10B
- Lots Value
- £8,000,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Nov 20253 months ago
- Submission Deadline
- 18 Dec 2025Expired
- Future Notice Date
- 14 Nov 2025Expired
- Award Date
- Not specified
- Contract Period
- 4 Jun 2028 - 4 Jun 2038 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
- DE&S
- Additional Buyers
- Contact Name
- Garry Coe
- Contact Email
- ukstratcom-defsp-logstx-fdss@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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/075835-2025
20th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/073170-2025
12th November 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/072917-2025
11th November 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/069172-2025
28th October 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/069112-2025
28th October 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/069103-2025
28th October 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/068233-2025
24th October 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/035264-2025
26th June 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/034858-2025
24th June 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/026355-2025
23rd May 2025 - Pipeline notice on Find a Tender -
https://award.commercedecisions.com/dsp/web/project/8f0a153e-345d-4b18-a1d4-a544f778ba9b/register
Registering on AWARD: The link will take you to the DSP AWARD(r) registration page. If your organisation is already registered in DSP AWARD but you do not know your login details or your account has become inactive, please contact the AWARD helpdesk (support@commercedecisions.com). Once registered/logged in you will have visibility of the FDSS PSQ Security Gateway AWARD project where you will need to complete the registration process. Only one user per company will be able to complete registration. Once registered, additional users can be requested by raising a Clarification in the PSQ containing the new users names and e-mail addresses. Suppliers should note that access to the Data Room and the contract documents contained in it is subject to certain conditions as set out in the PSQ Guidance Document and provided in the PSQ Security Gateway.
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-05229e-2025-11-20T16:50:34Z",
"date": "2025-11-20T16:50:34Z",
"ocid": "ocds-h6vhtk-05229e",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "026355-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/026355-2025",
"datePublished": "2025-05-23T13:41:29+01:00",
"format": "text/html"
},
{
"id": "034858-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/034858-2025",
"datePublished": "2025-06-24T17:32:23+01:00",
"format": "text/html"
},
{
"id": "035264-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/035264-2025",
"datePublished": "2025-06-26T09:31:18+01:00",
"format": "text/html"
},
{
"id": "068233-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/068233-2025",
"datePublished": "2025-10-24T14:10:03+01:00",
"format": "text/html"
},
{
"id": "069103-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/069103-2025",
"datePublished": "2025-10-28T16:06:49Z",
"format": "text/html"
},
{
"id": "069112-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/069112-2025",
"datePublished": "2025-10-28T16:27:14Z",
"format": "text/html"
},
{
"id": "069172-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/069172-2025",
"datePublished": "2025-10-28T18:36:42Z",
"format": "text/html"
},
{
"id": "072917-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/072917-2025",
"datePublished": "2025-11-11T15:49:13Z",
"format": "text/html"
},
{
"id": "073170-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/073170-2025",
"datePublished": "2025-11-12T12:57:27Z",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "The preliminary market engagement closed on 30 October 2024. The Authority currently has no plans to carry out any further PME in relation to FDSS, although the Authority reserves the right to conduct further Industry Engagement through the formal RFI process, if required. Any further engagement will be focused on specific topics/elements and will be open to all potential suppliers. The Authority will publish another PME notice if further PME is to be carried out. The following PME has been completed: * August 2023 -The Prior Information Notice (PIN) was published, inviting all potential suppliers to register their interest in the FDSS Programme. * August 2023 - EOI & 1st RFI Issued. 56 EOI and 39 RFI responses were received and from these we extracted cross-sectional views of the market to highlight concentration of interest across activity groups. We also calculated the range of supplier interest by company type and size. * September 2023 - Initial market engagement session. 106 attendees joined the initial virtual market engagement session, where the FDSS Team provided further detail on the proposed scope and timelines. * November 2023 - 2nd RFI was issued to allow suppliers to provide an updated view of their capabilities, areas of investment, and any technologies which FDSS could potentially exploit. * January 2024 - Supplier 1-2-1 Day. The supplier 1-2-1 day was attended by 70 companies, where 120 industry attendees were involved. Key objectives were achieved including updating industry on the Programme scope and timelines, developing our understanding of how different companies may wish to be involved and facilitating supplier networking. * May 2024 - Lotting and Delivery Model RFI was issued to understand how the market is naturally segmented across the FDSS Requirements to support its research into optimal lotting approaches. This was achieved by gathering data to identify common areas of overlap in market capability. This RFI is one element of this research. * August 2024 - Solution Design (Technical) RFI issued. The purpose of this RFI was to seek input from industry about how the procurement process can be made more accessible and efficient, and to enable industry to highlight any innovative products or solutions which may be relevant to the FDSS Programme. The RFI responses yielded multiple insights. Recommendations and case studies spanning all six 'themes' of innovation (including resilience, IS/IT, supply chain illumination, sustainability, contractual flexibility and inventory management) demonstrate the existence of a potential supplier group possessing innovative capabilities with potential for adaptation to FDSS. * August 2024 - 1-2-1 sessions were held as part of FDSS ongoing industry engagement. During August 2024, 9 different companies Were engaged over the course of dedicated one-hour sessions. These companies were selected due to their expertise in relevant areas. * October 2024 -2nd Industry Day was held. Facilitation of networking to encourage collaboration amongst interested industry parties. A presentation was delivered that provided industry with confidence in the FDSS Programme, and the information required to continue developing their approach to becoming potential bidders. The day also provided Industry with the opportunity to ask questions around key areas of interest. * October 2024 - Digital (Technical) RFI 2 issued. The Authority were seeking input from industry as the FDSS solution design developed. This included insight into 1) how suppliers can meet the FDSS digital needs, and 2) how suppliers envision service transition from the incumbent to potential new delivery partners.",
"dateMet": "2024-10-31T00:00:00+00:00",
"status": "met"
}
]
},
"parties": [
{
"id": "GB-PPON-PVRL-5831-GLMM",
"name": "DE&S",
"identifier": {
"scheme": "GB-PPON",
"id": "PVRL-5831-GLMM"
},
"address": {
"streetAddress": "Abbey Wood",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK12"
},
"contactPoint": {
"email": "UKStratCom-DefSp-LogsTx-FDSS@mod.gov.uk",
"name": "Garry Coe"
},
"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": "DE&S"
},
"tender": {
"id": "708799450",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Future Defence Support Services (FDSS)",
"description": "The Authority requirement is for a Supplier to provide under a one Lot Model: * A Sourcing, Procurement and Inventory Management (SP&IM) capability for the range of materiel set out below (hereafter referred to as the FDSS Materiel Range) * A worldwide Storage & Stock Management capability for the FDSS Materiel Range and the full Authority Managed Materiel range, with both combined defined Defence Materiel, noting: o Will include the receipt, store, account, maintenance, issue and disposal of materiel. o Some items will require additional services e.g. inspection, repair, maintenance, service and calibration as part of the receipt and issue process * Load sortation, consolidation and cross-docking services * A worldwide Movement & Distribution capability for the movement of Defence Materiel incorporating all modes of transportation including Road, Rail, Air & Sea. * Worldwide removals service for re-location of Defence personnel Movement & Distribution supporting services including load sortation, consolidation and cross-docking services, provision and fleet management of movement media. The Materiel Range shall include items in the following 3 high-level ranges: 1. Support the Human Being (and Defence Animals) - items related to the life-support of Defence personnel. Example scope of items include: * Medical, Dental and Veterinary Equipment (MDVE) including Blood and Blood products, Pharmaceuticals, and medical consumables * Recreational and Athletic Equipment as well as Toiletries, Cleaning Equipment and Supplies * Clothing, Individual Equipment and Insignia (includes Personal Protective Equipment) * Subsistence (Food both fresh and packaged, Beverages) 2. Platform Componentry - items which are used to support higher level assemblies which form Defence equipment's in the Land, Air and Maritime environments. Example scope of items include: * Aviation Spares and Components * Maritime Spares and Components * Land Spares and Components * Batteries, Power and Electrical Components * Construction, Fluid and Water Handling Equipment * Heating, Ventilation, Air Conditioning, and Lighting components * Bearings, Oils, Lubricants and Associated Products * Agriculture and Materials Handling Equipment components 3. Off Platform - items which support Defence Outputs, but which are not intrinsic to vehicle/equipment assemblies. Example of scope of items include: * Tools and Workshop Equipment * Construction and Materials * Alarms, Signals, Stationery and Training Aids * Furniture, Fittings and Lighting * Hardware, Abrasives, Brushes, Paints and Adhesives * Musical and Photographic Equipment * Industrial Gases and Chemicals * Packaging and Handling Equipment * Food Preparation Equipment and Agricultural Supplies * Weapons, Weapon Spares and Ancillaries * Services (such as Supply Fit of Ceremonial uniform and Carpet fitting). Potential Future scope during the duration of the contract may include: * Expansion of scope of sourcing, procurement and inventory management to increase the range of materiel under management in specified categories. * Expansion and optimisation of storage and stock management network in terms of scale, type and purpose of Storage and geographic location (including potential for international locations) and Contractors on Deployed Operations (CONDO) support. * Expansion of distribution and movement services in terms of scale, type and purpose * Expansion of role in repair maintenance, repair and calibration of Medical equipment in support of medical equipment * Increased scope of responsibility for disposal services. Further detail can be found in the Supporting documents SOR Summary and Data Spreadsheet. The Authority's objective is to enhance resilience, agility, and scalability to better support the latest Defence Planning Assumptions in the Defence Support and Supply Chain strategies. This will include the need for MOD to reduce a proportion of MOD-owned warehousing estate. Under the Contract , the Supplier will source and supply to the Authority products falling within the FDSS Scope as principal. The Authority is, however, finalising its procurement model in respect of some of the listed categories of goods and therefore reserves the right to require the Supplier to act as the Authority's agent to source and supply certain categories of goods rather than supplying those goods as principal, with the consequent reduction in the overall FDSS contract value. The final position on this will be confirmed in the documentation issued with the ITN. MOD anticipates the potential for SME involvement in the sourcing of the commodities, managed holistically by the winning Bidder. Value of goods, services or works is PS8-18 Bn across the life of the contract this includes the purchase cost of materiel together with the costs of associated service delivery across the 10 year contract term and the permitted 2 year extension. Registering on AWARD The link below will take you to the DSP AWARD(r) registration page. https://award.commercedecisions.com/dsp/web/project/8f0a153e-345d-4b18-a1d4-a544f778ba9b/register If your organisation is already registered in DSP AWARD but you do not know your login details or your account has become inactive, please contact the AWARD helpdesk (support@commercedecisions.com). The following documents will be available for all Suppliers that meet the conditions: 1. Statement of Work Summary 2. Data spreadsheet 3. Procurement Specific Questionnaire (PSQ) Guidance Document These draft documents are being shared at the PSQ Stage for information purposes only and in order to provide Suppliers with an early understanding of FDSS. Classification of Tender Documents is OFFICIAL - SENSITIVE The Cyber Risk Profile is High - RAR-250417A05 The pricing model will be based on performance and will include incentivisation The contract will be the Model Services Contract v.2.2 with narrative DEFCONs and bespoke project-specific drafting. Suppliers should note that supplier response restrictions apply as detailed within the FDSS PSQ Guidance Document, including paragraphs [2], [3] and [4].",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "03410000",
"description": "Wood"
},
{
"scheme": "CPV",
"id": "09210000",
"description": "Lubricating preparations"
},
{
"scheme": "CPV",
"id": "14700000",
"description": "Basic metals"
},
{
"scheme": "CPV",
"id": "15000000",
"description": "Food, beverages, tobacco and related products"
},
{
"scheme": "CPV",
"id": "18000000",
"description": "Clothing, footwear, luggage articles and accessories"
},
{
"scheme": "CPV",
"id": "22400000",
"description": "Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manuals"
},
{
"scheme": "CPV",
"id": "24000000",
"description": "Chemical products"
},
{
"scheme": "CPV",
"id": "30190000",
"description": "Various office equipment and supplies"
},
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "33000000",
"description": "Medical equipments, pharmaceuticals and personal care products"
},
{
"scheme": "CPV",
"id": "34300000",
"description": "Parts and accessories for vehicles and their engines"
},
{
"scheme": "CPV",
"id": "34730000",
"description": "Parts for aircraft, spacecraft and helicopters"
},
{
"scheme": "CPV",
"id": "34900000",
"description": "Miscellaneous transport equipment and spare parts"
},
{
"scheme": "CPV",
"id": "35100000",
"description": "Emergency and security equipment"
},
{
"scheme": "CPV",
"id": "35800000",
"description": "Individual and support equipment"
},
{
"scheme": "CPV",
"id": "37000000",
"description": "Musical instruments, sport goods, games, toys, handicraft, art materials and accessories"
},
{
"scheme": "CPV",
"id": "38000000",
"description": "Laboratory, optical and precision equipments (excl. glasses)"
},
{
"scheme": "CPV",
"id": "39100000",
"description": "Furniture"
},
{
"scheme": "CPV",
"id": "39200000",
"description": "Furnishing"
},
{
"scheme": "CPV",
"id": "39500000",
"description": "Textile articles"
},
{
"scheme": "CPV",
"id": "39800000",
"description": "Cleaning and polishing products"
},
{
"scheme": "CPV",
"id": "42100000",
"description": "Machinery for the production and use of mechanical power"
},
{
"scheme": "CPV",
"id": "42500000",
"description": "Cooling and ventilation equipment"
},
{
"scheme": "CPV",
"id": "42600000",
"description": "Machine tools"
},
{
"scheme": "CPV",
"id": "42960000",
"description": "Command and control system, printing, graphics, office automation and information-processing equipment"
},
{
"scheme": "CPV",
"id": "44100000",
"description": "Construction materials and associated items"
},
{
"scheme": "CPV",
"id": "44400000",
"description": "Miscellaneous fabricated products and related items"
},
{
"scheme": "CPV",
"id": "44500000",
"description": "Tools, locks, keys, hinges, fasteners, chain and springs"
},
{
"scheme": "CPV",
"id": "44600000",
"description": "Tanks, reservoirs and containers; central-heating radiators and boilers"
},
{
"scheme": "CPV",
"id": "44800000",
"description": "Paints, varnishes and mastics"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "60100000",
"description": "Road transport services"
},
{
"scheme": "CPV",
"id": "60200000",
"description": "Railway transport services"
},
{
"scheme": "CPV",
"id": "60400000",
"description": "Air transport services"
},
{
"scheme": "CPV",
"id": "60640000",
"description": "Shipping operations"
},
{
"scheme": "CPV",
"id": "63100000",
"description": "Cargo handling and storage services"
},
{
"scheme": "CPV",
"id": "63520000",
"description": "Transport agency services"
},
{
"scheme": "CPV",
"id": "79991000",
"description": "Stock-control 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"
},
{
"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": 9600000000,
"amount": 8000000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"additionalProcurementCategories": [
"goods"
],
"specialRegime": [
"defenceSecurity"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2028-06-05T00:00:00+01:00",
"endDate": "2038-06-04T23:59:59+01:00",
"maxExtentDate": "2040-06-04T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 9600000000,
"amount": 8000000000,
"currency": "GBP"
},
"selectionCriteria": {
"criteria": [
{
"description": "The evaluation will be completed on the total cost to the Authority, including any differentiating Authority costs. The Weighted Value for Money is the MAT methodology for FDSS Tenders final MAT score will be calculated using the Weighted Value for Money calculation, combining their Weighted Quality score and Finance Score. The Quality and Cost Weighting to be applied will be: Compliance Check - PASS/FAIL Non-Cost Criteria - 75% Cost Criteria - 25% Tenders final MAT score will be calculated using the Weighted Value for Money calculation, as below, combining their Weighted Quality score and Finance Score. MAT Score= [[Weighted Quality Score]] ^((Quality Weighting)/(Cost Weighting))/(Net Present Value of Evaluated Cost) MOD reserves the right to refine the award criteria to the extent permitted by the Procurement Act 2023",
"forReduction": true
},
{
"type": "economic",
"description": "As set out in the PSQ and PSQ Guidance Document."
},
{
"type": "technical",
"description": "As set out in the PSQ and PSQ Guidance Document."
}
]
},
"renewal": {
"description": "The Authority has the right to exercise an option to extend the contract duration by two years in the form of 2 x 12 months The right to additional purchases of in scope goods and services while the contract is valid."
},
"hasOptions": true,
"options": {
"description": "The right to contract for additional services The Authority has the right to exercise an option to extend the contract duration by a further two years."
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Cost",
"description": "Weighting of cost will be 25%",
"numbers": [
{
"number": 25,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Non-Cost",
"description": "Non-Cost Criteria - 75%",
"numbers": [
{
"number": 75,
"weight": "percentageExact"
}
]
}
]
}
}
],
"communication": {
"futureNoticeDate": "2025-11-14T23:59:59+00:00"
},
"status": "active",
"amendments": [
{
"id": "035264-2025",
"description": "Change to the estimated date of the publiction of Tender Notice"
},
{
"id": "068233-2025",
"description": "Change to the estimated date of the publiction of Tender Notice"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Contract will be procured under the competitive flexible procedure. It is anticipated that the procurement process for the FDSS project will be structured as a multi-stage procurement process consisting of the stages outlined below. a. PSQ Stage The Procurement Specific Questionnaire (PSQ) Stage commenced with the publication of this Tender Notice. The PSQ questions and assessment methodology are set out in the PSQ Guidance Document, and on AWARD(r). All suppliers who submit a compliant PSQ response (as described in the PSQ Guidance Document, and including checks on whether the supplier is excluded or excludable) and achieve a 'Pass' for all PSQ questions will be invited to the next stage of the procurement process and will be issued with the Invitation to Negotiate (ITN). Any other suppliers who submitted a PSQ response will not be taken through to the Initial Tender Stage of the procurement process and will not participate any further in the FDSS procurement. b.Initial Tender Stage. The ITN will be issued to all suppliers shortlisted following the assessment of their PSQ responses (the \"Tenderers\"). Following a bidder conference Tenderers will be invited to submit Initial Tenders which will be assessed by the Authority in accordance with the assessment criteria and methodology set out in the ITN. The Authority reserves the right to refine the award criteria during the procurement process to the extent permitted by the Procurement Act 2023. The Authority intends to down-select at Initial Tender stage up to a maximum of 3 Tenderers as described in the ITN. Any other Tenderers who submitted an Initial Tender response will not participate any further in the FDSS procurement. c.Negotiation Stage. Following assessment of Initial Tenders, down selection and the provision of feedback to Tenderers, the Authority will hold a series of negotiation meetings with those down selected Tenderers to discuss any key issues. This Negotiation Stage will continue until the Authority is satisfied that all key issues have been thoroughly discussed and it has decided on its position in relation to those key issues. At that stage, the Authority will close the Negotiation Stage and issue the Invitation to Submit Final Tenders (ISFT). d.ISFT Stage. Once the Authority has closed the Negotiation Stage, Tenderers will be invited to submit Final Tenders through the issue of the ISFT. Final Tenders will be evaluated in accordance with the assessment criteria and methodology set out in the ISFT to identify the Most Advantageous Tender (MAT). e. Approvals and award stage. Subject to final Authority approvals, and a mandatory standstill period, the Tenderer offering the MAT in their Final Tender will be awarded the Contract."
},
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-12-18T11:59:00Z",
"enquiryPeriod": {
"endDate": "2025-12-18T11:59:00Z"
},
"awardPeriod": {
"endDate": "2027-10-05T23:59:59+01:00"
},
"documents": [
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "via a link within the Tender Notice"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "Registering on AWARD: The link will take you to the DSP AWARD(r) registration page. If your organisation is already registered in DSP AWARD but you do not know your login details or your account has become inactive, please contact the AWARD helpdesk (support@commercedecisions.com). Once registered/logged in you will have visibility of the FDSS PSQ Security Gateway AWARD project where you will need to complete the registration process. Only one user per company will be able to complete registration. Once registered, additional users can be requested by raising a Clarification in the PSQ containing the new users names and e-mail addresses. Suppliers should note that access to the Data Room and the contract documents contained in it is subject to certain conditions as set out in the PSQ Guidance Document and provided in the PSQ Security Gateway.",
"url": "https://award.commercedecisions.com/dsp/web/project/8f0a153e-345d-4b18-a1d4-a544f778ba9b/register"
},
{
"id": "075835-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/075835-2025",
"datePublished": "2025-11-20T16:50:34Z",
"format": "text/html"
}
],
"submissionMethodDetails": "https://award.commercedecisions.com/dsp/web/project/8f0a153e-345d-4b18-a1d4-a544f778ba9b/register",
"lotDetails": {
"noLotsDivisionRationale": "FDSS will provide commodity procurement, inventory management, warehousing and transportation service for the UK Armed Forces. This scope of activity is already contracted out under many contracts. The Procurement Act 2023 requires contracting authorities to consider lotting as a potential delivery approach. The Authority conducted a comprehensive FDSS Delivery Model Assessment. That assessment included various lotting strategies including a single contract approach. The conclusion of the DMA was that that a single contract offers key benefits in terms of; operational agility and flexibility, consistency of service, reduced contract management overhead on the part of the MOD and better value for money for a one lot approach. On this basis, FDSS will be delivered as a single contract."
}
},
"language": "en"
}