Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/035316-2025
26th June 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/035020-2025
25th June 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/034970-2025
25th June 2025 - Tender notice on Find a Tender
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-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"
}