Tender

Project HERA

MINISTRY OF DEFENCE

This public procurement record has 3 releases in its history.

Tender

17 Oct 2025 at 11:33

Planning

16 Jun 2025 at 15:45

Planning

26 May 2025 at 07:35

Summary of the contracting process

The Ministry of Defence is currently undertaking the Project HERA procurement process, aimed at consolidating various service lines for the Royal Air Force across multiple UK sites. With a value of approximately GBP 671 million, this strategic contract involves significant services such as aircraft maintenance, technical support, and airfield operations under a single national contract. The competitive flexible procurement method involves several stages, beginning with the Procurement Specific Questionnaire (PSQ) stage and culminating with the award of the contract to the Tenderer with the Most Advantageous Tender (MAT), expected in June 2027. Key upcoming timelines include the expression of interest deadline set for 21st November 2025 and the conclusion of negotiation stages before the final award in 2027.

Project HERA presents a substantial opportunity for businesses in the defence and security sectors, especially those with expertise in airbase and technical support services. It opens avenues for businesses specialising in logistics, engineering, IT, and support services to grow through long-term collaboration with the Ministry of Defence. Due to the extensive range of services required, companies with capabilities in engineering services, digital support, and aircraft maintenance would be particularly well-suited to participate in this procurement. Engaging in this project could enhance a company's profile and establish enduring partnerships with central government bodies.

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

Project HERA

Notice Description

Project HERA is a significant and wide-ranging Royal Air Force (RAF)-led project aimed at delivering services and technical support across UK military sites. It is a key part of the Authority's strategy to ensure the continued efficient and safe operation of Authority units. The Services will be consolidated under a single national Contract for an anticipated initial period of eight years and 10 months, with an option to extend the Contract for a further two years (the anticipated 10-month mobilisation period is included within the initial term). The Authority will enter into the Contract with a single supplier entity (notwithstanding any Consortium arrangements). Project HERA will replace four existing contracts (three delivered under Programme HADES, as well as the separate Brize Support Contract). This Contract may be used by the Authority as a mechanism to develop additional airbase enabling and technical support services delivered to the Authority, subject to Procurement Act 2023. Project HERA Services: The comprehensive range of Services expected to be delivered under Project HERA includes, but is not limited to, the following: Supply Mechanical Transport (MT) Operations General Engineering Services Flying Clothing and Survival Equipment Airport and Airfield Support Services Aircraft Maintenance Fuels and Lubricants Media and Graphics Digital and Cyberspace Support Services General Duties and Administration Support Training Support and Sport Services Armoury Support Contingency Planning Supplier Personnel Management Service Delivery Data Service Line Development during the term of the Contract aligned to the aforementioned activities. The Sites expected to be deilvered under Project HERA includes, but is not limited to, the following: RAF Valley RAF Shawbury RAF Cosford MOD Lyneham Middle Wallop RAF Brize Norton RAF High Wycombe RAF Northolt RAF Halton RAF Henlow RAF Wyton RAF Waddington RAF Cranwell Digby RRH Staxton Wold RRH Buchan RAF Boulmer RAF Fylingdales Registering on AWARD The link below will take you to the DSP AWARD(r) registration page where the PSQ and PSQ Guidance Document can be found. https://award.commercedecisions.com/dsp/web/project/29edf3d7-0a2a-48aa-83f1-4657f5475c77/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). Once registered/logged in you will have visibility of the HERA PSQ AWARD project. 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. Further Information Suppliers should note Supplier response restrictions as detailed within the PSQ Guidance Document, including paragraphs 2 to 4. The HERA Contract will be based on the Government's Model Services Contract (MSC), together with relevant narrative MOD DEFCON clauses and project specific bespoke drafting. Parts of the draft Contract will be made available to Suppliers with the PSQ, in the Data Room on the AWARD(r). The specific release dates for the draft Contract Schedules will be communicated to interested parties via the AWARD(r) portal. These draft Contract documents are being shared at the PSQ Stage for information purposes only and in order to provide Suppliers with an early understanding of certain potential contractual terms. These documents are subject to amendment, and updated drafts will be made available with the ITT to Tenderers. 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.

Lot Information

Lot 1

Options: The Authority has the right to exercise an option to extend the contract duration by two years.

Renewal: The Authority has the right to exercise an option to extend the contract duration by two years.

Planning Information

Industry Webinar Following on from previous market engagement webinars, the Authority is conducting an Industry Webinar on Wednesday 2 July 2025, 1430-1600hrs, to provide an update on the progress of Project HERA. This webinar will cover: - Commercial Construct of HERA - HERA Statement of Requirement - Mandatory Regulatory Requirements of HERA - Pricing and Payment Mechanism - Performance Management Regime - Insurance Requirements including Limitation of Contractor’s Liability - Procurement Timelines and Evaluation process - Implementation Please follow the link below to register for the Industry Webinar: https://events.teams.microsoft.com/event/f429b256-f69b-4e6f-a10a-f1e36e1ce60b@be7760ed-5953-484b-ae95-d0a16dfa09e5 Attendance at the webinar is not compulsory and non-attendance does not preclude any company from bidding on any future opportunity. This webinar is part of a series of preliminary market engagement sessions. Any related future procurement activity will be subject to the Procurement Act 2023 and shall be advertised accordingly. We recommend that you register for the webinar as soon as possible to ensure you receive early visibility of the presentation and other supporting material. Attendees will not be able to use microphone/video during the webinar, but there will be a Q&A function to allow written questions to be submitted during the webinar. We will also be accepting feedback and questions after the webinar that can be submitted via the Project HERA multiuser - Air-HERA@mod.gov.uk Whilst we cannot guarantee an answer to all questions, we will endeavour to respond to as many as we are able to. After the webinar, a list of industry attendees will be circulated to facilitate discussions on potential collaborations between interested bidders and when registering you will be asked to give consent for your details to be shared. Your inclusion on the attendees list is optional and not a requirement for you to register for and attend the webinar. 121 Engagements The Authority will also be conducting a limited number of 121s with Industry, week commencing 7th July. These 121 sessions are aimed at Prime Contractors only, who envision/intend to be the main entity or company that contracts with MOD to deliver the HERA services. If your organisation is interested in a 121 and meets this criterion, please email Air-HERA@mod.gov.uk to express your interest in a 121 and we will send you further details. There are a limited number of 121 slots available and the Authority therefore reserves the right to refuse a request for a 121 meeting. Not participating in a 121 meeting does not preclude any company from bidding on any future opportunity.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05262e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/066282-2025
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

34 - Transport equipment and auxiliary products to transportation

50 - Repair and maintenance services

60 - Transport services (excl. Waste transport)

63 - Supporting and auxiliary transport services; travel agencies services

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security

80 - Education and training services


CPV Codes

34962230 - Air-traffic control training

50211200 - Aircraft repair services

60100000 - Road transport services

63730000 - Support services for air transport

63731000 - Airport operation services

63733000 - Aircraft refuelling services

63734000 - Hangar services

71300000 - Engineering services

71311240 - Airport engineering services

71356300 - Technical support services

79630000 - Personnel services except placement and supply services

79960000 - Photographic and ancillary services

80500000 - Training services

Notice Value(s)

Tender Value
£605,695,000 £100M-£1B
Lots Value
£605,695,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Oct 20254 months ago
Submission Deadline
12 Nov 2025Expired
Future Notice Date
1 Sep 2025Expired
Award Date
Not specified
Contract Period
28 Jun 2027 - 31 Mar 2036 Over 5 years
Recurrence
2035-04-02

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
Ministry of Defence
Contact Email
air-hera@mod.gov.uk
Contact Phone
Not specified

Buyer Location

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

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

Local Authority
Buckinghamshire
Electoral Ward
Ridgeway West
Westminster Constituency
Mid Buckinghamshire

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-05262e-2025-10-17T12:33:31+01:00",
    "date": "2025-10-17T12:33:31+01:00",
    "ocid": "ocds-h6vhtk-05262e",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "027452-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/027452-2025",
                "datePublished": "2025-05-26T08:35:57+01:00",
                "format": "text/html"
            },
            {
                "id": "032743-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/032743-2025",
                "datePublished": "2025-06-16T16:45:29+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Industry Webinar Following on from previous market engagement webinars, the Authority is conducting an Industry Webinar on Wednesday 2 July 2025, 1430-1600hrs, to provide an update on the progress of Project HERA. This webinar will cover: - Commercial Construct of HERA - HERA Statement of Requirement - Mandatory Regulatory Requirements of HERA - Pricing and Payment Mechanism - Performance Management Regime - Insurance Requirements including Limitation of Contractor's Liability - Procurement Timelines and Evaluation process - Implementation Please follow the link below to register for the Industry Webinar: https://events.teams.microsoft.com/event/f429b256-f69b-4e6f-a10a-f1e36e1ce60b@be7760ed-5953-484b-ae95-d0a16dfa09e5 Attendance at the webinar is not compulsory and non-attendance does not preclude any company from bidding on any future opportunity. This webinar is part of a series of preliminary market engagement sessions. Any related future procurement activity will be subject to the Procurement Act 2023 and shall be advertised accordingly. We recommend that you register for the webinar as soon as possible to ensure you receive early visibility of the presentation and other supporting material. Attendees will not be able to use microphone/video during the webinar, but there will be a Q&A function to allow written questions to be submitted during the webinar. We will also be accepting feedback and questions after the webinar that can be submitted via the Project HERA multiuser - Air-HERA@mod.gov.uk Whilst we cannot guarantee an answer to all questions, we will endeavour to respond to as many as we are able to. After the webinar, a list of industry attendees will be circulated to facilitate discussions on potential collaborations between interested bidders and when registering you will be asked to give consent for your details to be shared. Your inclusion on the attendees list is optional and not a requirement for you to register for and attend the webinar. 121 Engagements The Authority will also be conducting a limited number of 121s with Industry, week commencing 7th July. These 121 sessions are aimed at Prime Contractors only, who envision/intend to be the main entity or company that contracts with MOD to deliver the HERA services. If your organisation is interested in a 121 and meets this criterion, please email Air-HERA@mod.gov.uk to express your interest in a 121 and we will send you further details. There are a limited number of 121 slots available and the Authority therefore reserves the right to refuse a request for a 121 meeting. Not participating in a 121 meeting does not preclude any company from bidding on any future opportunity.",
                "dueDate": "2025-07-18T23:59:59+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": "Headquarters Air Command",
                "locality": "High Wycombe",
                "postalCode": "HP14 4UE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ13"
            },
            "contactPoint": {
                "email": "AIR-HERA@mod.gov.uk",
                "name": "Ministry of Defence"
            },
            "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": "714936450",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Project HERA",
        "description": "Project HERA is a significant and wide-ranging Royal Air Force (RAF)-led project aimed at delivering services and technical support across UK military sites. It is a key part of the Authority's strategy to ensure the continued efficient and safe operation of Authority units. The Services will be consolidated under a single national Contract for an anticipated initial period of eight years and 10 months, with an option to extend the Contract for a further two years (the anticipated 10-month mobilisation period is included within the initial term). The Authority will enter into the Contract with a single supplier entity (notwithstanding any Consortium arrangements). Project HERA will replace four existing contracts (three delivered under Programme HADES, as well as the separate Brize Support Contract). This Contract may be used by the Authority as a mechanism to develop additional airbase enabling and technical support services delivered to the Authority, subject to Procurement Act 2023. Project HERA Services: The comprehensive range of Services expected to be delivered under Project HERA includes, but is not limited to, the following: Supply Mechanical Transport (MT) Operations General Engineering Services Flying Clothing and Survival Equipment Airport and Airfield Support Services Aircraft Maintenance Fuels and Lubricants Media and Graphics Digital and Cyberspace Support Services General Duties and Administration Support Training Support and Sport Services Armoury Support Contingency Planning Supplier Personnel Management Service Delivery Data Service Line Development during the term of the Contract aligned to the aforementioned activities. The Sites expected to be deilvered under Project HERA includes, but is not limited to, the following: RAF Valley RAF Shawbury RAF Cosford MOD Lyneham Middle Wallop RAF Brize Norton RAF High Wycombe RAF Northolt RAF Halton RAF Henlow RAF Wyton RAF Waddington RAF Cranwell Digby RRH Staxton Wold RRH Buchan RAF Boulmer RAF Fylingdales Registering on AWARD The link below will take you to the DSP AWARD(r) registration page where the PSQ and PSQ Guidance Document can be found. https://award.commercedecisions.com/dsp/web/project/29edf3d7-0a2a-48aa-83f1-4657f5475c77/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). Once registered/logged in you will have visibility of the HERA PSQ AWARD project. 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. Further Information Suppliers should note Supplier response restrictions as detailed within the PSQ Guidance Document, including paragraphs 2 to 4. The HERA Contract will be based on the Government's Model Services Contract (MSC), together with relevant narrative MOD DEFCON clauses and project specific bespoke drafting. Parts of the draft Contract will be made available to Suppliers with the PSQ, in the Data Room on the AWARD(r). The specific release dates for the draft Contract Schedules will be communicated to interested parties via the AWARD(r) portal. These draft Contract documents are being shared at the PSQ Stage for information purposes only and in order to provide Suppliers with an early understanding of certain potential contractual terms. These documents are subject to amendment, and updated drafts will be made available with the ITT to Tenderers. 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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50211200",
                        "description": "Aircraft repair services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63733000",
                        "description": "Aircraft refuelling services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63734000",
                        "description": "Hangar services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356300",
                        "description": "Technical support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34962230",
                        "description": "Air-traffic control training"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79960000",
                        "description": "Photographic and ancillary services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79630000",
                        "description": "Personnel services except placement and supply services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60100000",
                        "description": "Road transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63730000",
                        "description": "Support services for air transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63731000",
                        "description": "Airport operation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311240",
                        "description": "Airport engineering 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": 671498000,
            "amount": 605695000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2027-06-29T00:00:00+01:00",
                    "endDate": "2036-03-31T23:59:59+01:00",
                    "maxExtentDate": "2038-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 671498000,
                    "amount": 605695000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Compliance Check - PASS/FAIL Non-Cost Criteria - 60% Cost Criteria - 40%",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Compliance Check",
                            "description": "This will consist of a check against the following criteria: a. Requirements Compliance (Evaluated on Pass/Fail basis) b. Commercial Compliance (Evaluated on Pass/Fail basis) c. Financial Compliance (Evaluated on Pass/Fail basis) This criteria is PASS/FAIL. Full detail to be provided at ITT."
                        },
                        {
                            "type": "quality",
                            "name": "Non-Cost Criteria",
                            "description": "The Non-Cost quality assessment consists of three key areas, that will be weighted and assessed in accordance with the assessment criteria developed: a. Service Line (Requirements) Criteria b. Non-Service Line Criteria c. Social Value Criteria This criteria is weighted at 60%. Full detail to be provided at ITT."
                        },
                        {
                            "type": "cost",
                            "name": "Cost Criteria",
                            "description": "This will be the Net Present Value (NPV) of the Total Value of the Contract and will derived from the weighted price given by the Bidder. The Net Present Value of the whole life contract cost is calculated and this is then inputted (together with the quality score) into the stated Weighted Value for Money formula to determine the Most Advantageous Tender. WVfM=(Non-Cost Score (60/40))/(Cost (PSM)(NPV of the Total Value)) This criteria is weighted at 40%. Full detail to be provided at ITT."
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "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."
                        },
                        {
                            "description": "As set out in the PSQ and PSQ Guidance Document.",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "The Authority has the right to exercise an option to extend the contract duration by two years."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Authority has the right to exercise an option to extend the contract duration by two years."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-09-01T23:59:59+01:00"
        },
        "status": "active",
        "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 HERA project will be structured as a multi-stage procurement process consisting of the following stages: a. PSQ stage. The Procurement Specific Questionnaire (PSQ) stage commenced with the publication of this Tender Notice. The PSQ questions and assessment methodology (including whether pass/fail or scored, and weightings and minimum score thresholds for scored PSQ questions) are set out in the PSQ Guidance Document, and on AWARD(r). The four highest scoring suppliers (as described in the PSQ Guidance Document) who submit a compliant PSQ response, achieve a 'Pass' for all PSQ questions assessed on a pass/fail basis and who meet the minimum score thresholds set out in the PSQ Guidance Document will be invited to the next stage of the procurement process and will be issued with the Invitation to Tender (ITT). Any other suppliers who submitted a PSQ response will not be taken through to the ITT Stage of the procurement process and will not participate any further in this procurement. b. Initial Tender stage. The ITT will be issued to the four suppliers shortlisted following the assessment of their PSQ responses (the \"Tenderers\"). Following a series of launch/introductory meetings and site visits, 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 ITT. The Authority does not intend to down-select at Initial Tender stage. c. Negotiation stage. Following assessment of Initial Tenders and the provision of feedback to Tenderers, the Authority will hold a series of negotiation meetings with 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 approvals, the Tenderer offering the MAT in their Final Tender will be awarded the Contract. Further details regarding the competitive flexible procedure for this procurement are set out in the PSQ Guidance Document"
        },
        "submissionMethodDetails": "https://award.commercedecisions.com/dsp/web/project/29edf3d7-0a2a-48aa-83f1-4657f5475c77/register",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-11-21T17:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2025-11-12T10:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2027-06-02T23:59:59+01:00"
        },
        "lotDetails": {
            "noLotsDivisionRationale": "Project HERA will provide airbase enabling and technical support services at RAF, Army and Cyber & Specialist Operations Command (CSOC) locations. The services at these locations are already contracted out under the 3 regional HADES contracts and under a separate Brize Support Contract (BSC). The Procurement Act 2023 requires contracting authorities considering outsourcing to consider lotting as a potential delivery approach. The Authority conducted a comprehensive Project HERA Delivery Model Assessment. That assessment included various lotting strategies and a single national contract approach. The conclusion of the DMA was that that a single national 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. On this basis, Project HERA will be delivered as a single national contract."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Future documents will be provided on the AWARD@ portal. Registering on AWARD The link below will take you to the DSP AWARD(r) registration page where the PSQ and PSQ Guidance Document can be found. https://award.commercedecisions.com/dsp/web/project/29edf3d7-0a2a-48aa-83f1-4657f5475c77/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). Once registered/logged in you will have visibility of the HERA PSQ AWARD project. 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. Further Information Suppliers should note Supplier response restrictions as detailed within the PSQ Guidance Document, including paragraphs 2 to 4. The HERA Contract will be based on the Government's Model Services Contract (MSC), together with relevant narrative MOD DEFCON clauses and project specific bespoke drafting. Parts of the draft Contract will be made available to Suppliers with the PSQ, in the Data Room on the AWARD(r). The specific release dates for the draft Contract Schedules will be communicated to interested parties via the AWARD(r) portal. These draft Contract documents are being shared at the PSQ Stage for information purposes only and in order to provide Suppliers with an early understanding of certain potential contractual terms. These documents are subject to amendment, and updated drafts will be made available with the ITT to Tenderers. 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."
            },
            {
                "id": "066282-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/066282-2025",
                "datePublished": "2025-10-17T12:33:31+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2035-04-02T23:59:59+01:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "As set out in the PSQ and PSQ Guidance Document."
        }
    },
    "language": "en"
}