Tender

SPISN/0310_Enterprise IT Target Architecture - End User Services (Edge)

DEFENCE EQUIPMENT AND SUPPORT

This public procurement record has 3 releases in its history.

TenderUpdate

26 Jun 2025 at 09:54

TenderUpdate

25 Jun 2025 at 11:03

Tender

25 Jun 2025 at 09:49

Summary of the contracting process

The procurement process, initiated by Defence Equipment and Support, concerns the provision of Enterprise IT Target Architecture - End User Services, primarily focused on information technology services. This opportunity falls under the public authority's central government operations and specifically targets the Defence and Security sector. The process is currently at the tender update stage with a selective procurement method, involving expressions of interest following a Pre-Selection Questionnaire (PSQ) submission. Interested parties must note key deadlines, such as the expression of interest deadline on the 21st of July 2025 and an active enquiry period until the 11th of July 2025. The service procurement will predominantly operate within the UK but has global implications, based out of MOD Abbey Wood, Bristol. Contracts are scheduled to commence on the 1st of April 2026 and last for 5 years, with an option to extend for two additional years. The contract is valued between £38M and £81M, with comprehensive evaluation criteria focusing on both commercial and technical capabilities.

This tender presents significant prospects for business growth, especially for SMEs capable of innovating within the IT services domain. The requirement for robust security measures, including DV clearance and Facility Security Clearance, emphasises opportunities for businesses experienced with managing sensitive information. It is particularly well-suited for managed service providers adept at working in high-stakes environments, providing support, and engaging in global operations. Defence Equipment and Support encourages collaboration with other partners and innovation is welcome, especially in involving SMEs in the delivery model. This approach seeks to empower agile solution development and effective integration into enterprise IT services, offering substantial growth potential for companies equipped to meet these advanced technological and security needs.

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

SPISN/0310_Enterprise IT Target Architecture - End User Services (Edge)

Notice Description

Contract Duration: 5 years with 2 (1+1) option years Contract Start Date: 1st April 2026 Contract Value: PS38M - PS81M Description The Authority seeks pre selection questionnaire responses from qualified providers that have the capability to develop and provision a managed services arrangement for a new Enterprise End User Services mission partner. Through this arrangement the successful supplier(s) will be responsible for the delivery of all end user devices and services1 as well as the unified communications for a specialist user group. The nature of this competitive edge requires industry partners to operate as part of a collaborative joint mission approach to maximise the effectiveness of the whole force, where technical risk is managed at the highest level. Operating in the SECRET Domain, the service will predominantly be UK based, but will operate globally. This creates opportunities for a combined problem centric approach to solving challenges at pace, experimenting with innovative solutions, as well as traditional support requirements. The supplier is expected to support the current estate as well as working with The Authority towards technical refresh for approximately 5,500 end users across fixed UK locations and overseas deployments. This service must be provided as part of the service specification, which will be included within the Request for Solution document that will be provided to all companies who pass the Pre- Selection Questionnaire (PSQ). The Contractor is further expected to provide, and work collaboratively with The Authority, and other suppliers (in accordance with the Enterprise Target Architecture): Act as a mission partner and managed service provider Support to deployed users Solution design and supporting artefacts Working in alignment with The Authority and the user group Procurement, testing, building and deployment of all end user devices and the relevant supporting artefacts Migration of existing applications and support of the applications once moved onto the new platform, including necessary interfaces with suppliers and teams where needed Provide L2/L3/L4 support for all elements of the service line Deployment and management of a unified communications solution The initial Contract duration is estimated to be for a period of 5 years with 2 x 1 option years Potential Providers are to note that in order to fulfil this requirement, the chosen supplier will be exposed to and required to safeguard nationally sensitive information/data bearing a security classification up to and including SECRET UK EYES ONLY level, therefore there is a requirement for a proportion of technical staff are required to be DV cleared. The Authority also requires potential providers to have Provisional Facility Security Clearance 2 status or be willing to gain FSC status to manage these security requirements throughout the entire supply chain by the RFS issue date. Potential Providers who do not meet this minimum eligibility criteria will be sifted out during the DPSQ evaluation stage. Potential suppliers who wish to be sponsored through the FSC process by The Authority to note - there is no financial cost for Suppliers undertaking FSC accreditation, but they may be required to make changes to their site, infrastructure, and business administration, at their own cost, to meet the standards required for accreditation. Based on the size and complexity of this requirement, SME involvement is essential to enable the solution to be as agile as possible. The Authority welcomes innovative ideas to be shared / discussed on how we can better understand and utilise SMEs throughout The Enterprise IT Target Architecture- End User Services (Edge) requirement. It should be noted that a significant proportion of the Technical Assessment Criteria / Weighting will be allocated to SME involvement in both the PSQ and Tender documentation and incentivised in any subsequent Contract. While the classification of this PSQ will be held at OS, if companies wish to they may send sensitive information that will be treated in accordance with the appropriate government classification by courier to The Authority. Any evidence submitted this way must follow the same guidelines as the OS submissions; evidence for each question is limited to one A4 page, font Arial 11 with no pictures or diagrams. If suppliers wish they may answer one question across two classifications, however the total response will still be limited to the one A4 page cap as detailed within the question set. The documents must be double wrapped and sealed, the inner wrapping marked secret and addressed to Ella Roper, the outer wrapping should be addressed to THE SECURITY CONTROLLER of SPISN, MOD Abbey Wood, #8110 I Rowan 1c | Bristol | BS34 8JH. All hard copy documents must be with The Authority by COP the Wednesday before the deadline. The package must be sent via approved courier. The contents of the package must contain a receipt for our Security Controller to sign and return on receipt. Only supplementary information will be accepted in paper form. Full responses must be completed in the DSP. Should you fail to provide your full response in the DSP and if suppliers only submit supplementary information, your submission will be deemed non- complaint and excluded from the tender process. This contract suitable for SMEs; large enterprises must include a percentage of SME involvement within their expression of interest/ Dynamic Pre-Selection Questionnaire (DPSQ) response. It should be noted that this requirement shall be classed as 'exempt' from PA 2023. This notice is being advertised out for an Expressions of Interest and Completion of Procurement Specific Questionnaire (PSQ) stage and shall then be withdrawn from the DSP platform and taken forward offline.

Lot Information

Lot 1

Options: 2 x 1 year options for extension

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-055327
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/035316-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72222300 - Information technology services

Notice Value(s)

Tender Value
£81,000,000 £10M-£100M
Lots Value
£81,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Jun 20258 months ago
Submission Deadline
11 Jul 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFENCE EQUIPMENT AND SUPPORT
Contact Name
Not specified
Contact Email
desspsn-comrcl@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
Not specified

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-055327-2025-06-26T10:54:18+01:00",
    "date": "2025-06-26T10:54:18+01:00",
    "ocid": "ocds-h6vhtk-055327",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PVRL-5831-GLMM",
            "name": "Defence Equipment and Support",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVRL-5831-GLMM"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "email": "DESSPSN-Comrcl@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-equipment-and-support",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVRL-5831-GLMM",
        "name": "Defence Equipment and Support"
    },
    "planning": {
        "noEngagementNoticeRationale": "Market engagement has been completed however the PME ocds-h6vhtk-04fc5d is already linked to another Tender as it was a joint collaboration."
    },
    "tender": {
        "id": "ocds-h6vhtk-055327",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "SPISN/0310_Enterprise IT Target Architecture - End User Services (Edge)",
        "description": "Contract Duration: 5 years with 2 (1+1) option years Contract Start Date: 1st April 2026 Contract Value: PS38M - PS81M Description The Authority seeks pre selection questionnaire responses from qualified providers that have the capability to develop and provision a managed services arrangement for a new Enterprise End User Services mission partner. Through this arrangement the successful supplier(s) will be responsible for the delivery of all end user devices and services1 as well as the unified communications for a specialist user group. The nature of this competitive edge requires industry partners to operate as part of a collaborative joint mission approach to maximise the effectiveness of the whole force, where technical risk is managed at the highest level. Operating in the SECRET Domain, the service will predominantly be UK based, but will operate globally. This creates opportunities for a combined problem centric approach to solving challenges at pace, experimenting with innovative solutions, as well as traditional support requirements. The supplier is expected to support the current estate as well as working with The Authority towards technical refresh for approximately 5,500 end users across fixed UK locations and overseas deployments. This service must be provided as part of the service specification, which will be included within the Request for Solution document that will be provided to all companies who pass the Pre- Selection Questionnaire (PSQ). The Contractor is further expected to provide, and work collaboratively with The Authority, and other suppliers (in accordance with the Enterprise Target Architecture): Act as a mission partner and managed service provider Support to deployed users Solution design and supporting artefacts Working in alignment with The Authority and the user group Procurement, testing, building and deployment of all end user devices and the relevant supporting artefacts Migration of existing applications and support of the applications once moved onto the new platform, including necessary interfaces with suppliers and teams where needed Provide L2/L3/L4 support for all elements of the service line Deployment and management of a unified communications solution The initial Contract duration is estimated to be for a period of 5 years with 2 x 1 option years Potential Providers are to note that in order to fulfil this requirement, the chosen supplier will be exposed to and required to safeguard nationally sensitive information/data bearing a security classification up to and including SECRET UK EYES ONLY level, therefore there is a requirement for a proportion of technical staff are required to be DV cleared. The Authority also requires potential providers to have Provisional Facility Security Clearance 2 status or be willing to gain FSC status to manage these security requirements throughout the entire supply chain by the RFS issue date. Potential Providers who do not meet this minimum eligibility criteria will be sifted out during the DPSQ evaluation stage. Potential suppliers who wish to be sponsored through the FSC process by The Authority to note - there is no financial cost for Suppliers undertaking FSC accreditation, but they may be required to make changes to their site, infrastructure, and business administration, at their own cost, to meet the standards required for accreditation. Based on the size and complexity of this requirement, SME involvement is essential to enable the solution to be as agile as possible. The Authority welcomes innovative ideas to be shared / discussed on how we can better understand and utilise SMEs throughout The Enterprise IT Target Architecture- End User Services (Edge) requirement. It should be noted that a significant proportion of the Technical Assessment Criteria / Weighting will be allocated to SME involvement in both the PSQ and Tender documentation and incentivised in any subsequent Contract. While the classification of this PSQ will be held at OS, if companies wish to they may send sensitive information that will be treated in accordance with the appropriate government classification by courier to The Authority. Any evidence submitted this way must follow the same guidelines as the OS submissions; evidence for each question is limited to one A4 page, font Arial 11 with no pictures or diagrams. If suppliers wish they may answer one question across two classifications, however the total response will still be limited to the one A4 page cap as detailed within the question set. The documents must be double wrapped and sealed, the inner wrapping marked secret and addressed to Ella Roper, the outer wrapping should be addressed to THE SECURITY CONTROLLER of SPISN, MOD Abbey Wood, #8110 I Rowan 1c | Bristol | BS34 8JH. All hard copy documents must be with The Authority by COP the Wednesday before the deadline. The package must be sent via approved courier. The contents of the package must contain a receipt for our Security Controller to sign and return on receipt. Only supplementary information will be accepted in paper form. Full responses must be completed in the DSP. Should you fail to provide your full response in the DSP and if suppliers only submit supplementary information, your submission will be deemed non- complaint and excluded from the tender process. This contract suitable for SMEs; large enterprises must include a percentage of SME involvement within their expression of interest/ Dynamic Pre-Selection Questionnaire (DPSQ) response. It should be noted that this requirement shall be classed as 'exempt' from PA 2023. This notice is being advertised out for an Expressions of Interest and Completion of Procurement Specific Questionnaire (PSQ) stage and shall then be withdrawn from the DSP platform and taken forward offline.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72222300",
                        "description": "Information technology services"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 97200000,
            "amount": 81000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Below are the procedure steps that will be followed. Futher detail will be communicated to the successful suppliers from the PSQ stage: Tender Notice and PSQ published Down select to 3-6 bidders Request for Solution released to bidders High level co creation workshops Down select to 2 bidders Detailed co creation workshops Best and Final Offer Contract Award"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "If you are interested in participating in this competition, expressions of interest must be made through the Defence Sourcing Portal (DSP). The Procurement Specific Questionnaire (PSQ) can be accessd via the direct DSP Opportunity Listing link attached: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=60016",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-07-21T16:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-07-11T16:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-02-27T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 97200000,
                    "amount": 81000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Will include price, commercial model factors and economc consideration",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical ability",
                            "description": "Will include as a minimum technical solution, delivery approach, risk, social vaue and behaviours",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2031-03-31T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "2 x 1 year options for extension"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "034970-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/034970-2025",
                "datePublished": "2025-06-25T10:49:58+01:00",
                "format": "text/html"
            },
            {
                "id": "035020-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/035020-2025",
                "datePublished": "2025-06-25T12:03:35+01:00",
                "format": "text/html"
            },
            {
                "id": "035316-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/035316-2025",
                "datePublished": "2025-06-26T10:54:18+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}