Tender

715173450 - Purification Equipment

SUBMARINE DELIVERY AGENCY

This public procurement record has 3 releases in its history.

Tender

15 Oct 2025 at 16:09

Planning

22 Aug 2025 at 15:14

Planning

11 Aug 2025 at 11:55

Summary of the contracting process

The Submarine Delivery Agency is currently in the tender stage for the procurement of purification equipment, essential for controlling the breathable atmosphere aboard submarines and within training establishments. This project, titled "Purification Equipment," is active as of 15 October 2025 and is deemed a Defence and Security Contract. The procurement is based out of Bristol, UK, with a contract value of £41,666,666 (exclusive of VAT). It follows a competitive flexible procedure under the Procurement Act 2023, with key submission deadlines set for 21 November 2025 for expressions of interest. This tender covers services including obsolescence management, equipment maintenance, and technical support, initially scheduled from 1 July 2026 to 30 June 2031, with possible extensions leading up to 2033.

This tender opens significant business growth opportunities, primarily for businesses with expertise in supplying and managing equipment used in strategic and attack class submarines. Companies involved in repair and maintenance services within the defence sector would be well-suited to compete, particularly those with capabilities aligned with the procurement's rigorous technical and commercial criteria. The opportunity to engage with a central government public authority with a special focus on defence and security could provide valuable references and experience for successful bidders. Small and medium-sized enterprises (SMEs) are encouraged to participate, offering the potential for increased market positioning and revenue streams through a long-term partnership.

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

715173450 - Purification Equipment

Notice Description

The Purification Equipment (PE) Contract shall deliver the supply and support of essential equipment needed to control the breathable atmosphere on board Submarines, including Authority training establishments. This is inclusive of the Vanguard and Astute class submarines, and any new classes of submarine that may be introduced during the lifetime of the Purification Equipment project. The services to be delivered throughout the Contract shall include Service Management in order to meet and deliver the contractual requirements, Obsolescence Management in order to proactively manage obsolescence for all in-scope equipment, support to maintain a spares inclusive upkeep service including equipment procurement and delivery, and equipment upkeep management including strip, survey and repair of equipment, maintenance activity of equipment, technical support, Operational Defect (OpDef) and defect support, training services, and equipment installation. The Contract shall also include a tasking provision which shall include but not be limited to the following: i. Obsolescence resolution, ii. Codification, iii. Disposals iv. Post Design Services (PDS) activities to include technical upgrades and investigations where required v. Training over and above extant requirements vi. Fleet Time investigations, vii. Defects and repairs viii. Technical assistance ix. Technical investigations x. CONDO support xi. Trials support xii. Equipment root cause analysis xiii. Safety and environmental management system xiv. Operational safety assurance inspections xv. Boat visits and reports xvi. Modifications xvii. Additions and alterations The PE contract shall cover a number of master equipment types and its ancillary components. These Master Equipment types are detailed within the Tender documentation. This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. It is considered a Defence and Security Contract due to its scope and therefore the relevant provisions of the Procurement Act 2023 relating to defence and security contracts are applicable. The Purification Equipment contract will be initially for five (5) years however the contract shall include two irrevocable one year options to extend the Contract by a further two years taking total contract duration if options invoked to be seven (7) years.

Lot Information

Lot 1

Options: The right to additional purchases while the contract is valid.

Renewal: Option to extend the Contract for up to two (2) years in any combination of durations

Planning Information

The Purification Equipment (PE) Contract shall deliver the supply and support of essential equipment needed to control the breathable atmosphere on board Submarines, including Authority training establishments. The services to be delivered throughout the Contract shall include Service Management in order to meet and deliver the contractual requirements, Obsolescence Management in order to proactively management obsolescence for all in-scope equipment, support to maintain a spares inclusive upkeep service including equipment procurement and delivery, and equipment upkeep management including strip, survey and repair of equipment, maintenance activity of equipment, technical support, Operational Defect (OpDef) and defect support, training services, and equipment installation. Post Design Services (PDS) shall be included to cover any work in scope of tasking. The Submarine Delivery Agency (SDA) has a requirement to supply and support essential equipment needed to control the breathable atmosphere. Consequently, the Authority seeks to assess the commercial market's capability to tender solutions that meet this future procurement need. This process will enable the Authority to plan activities effectively and may assist in shaping the future procurement strategy and defining the scope of the requirement. For further details, please refer to the Request for Information (RFI) which is included as part of the Opportunity Listing on the Defence Sourcing Portal (DSP). To access the RFI, please go onto ‘view DSP opportunities’ on the DSP webpage. The Authority welcomes responses to the questions outlined in Annex A. Organisations interested in providing information are invited to contact Emma Hart at Emma.Hart102@mod.gov.uk. The RFI closure date is 19th September 2025 at 23:59. This RFI does not represent a contractual commitment of any kind at this time. Any work undergone as a result of this request is done so at your organisations risk. This RFI is not a commitment by the UK Ministry of Defence to place an order or a Tender in the future.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-058520
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/065722-2025
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
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

50 - Repair and maintenance services


CPV Codes

35512000 - Submarines

35512100 - Strategic submarine nuclear fuelled

35512200 - Attack submarine nuclear fuelled

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
£41,666,666 £10M-£100M
Lots Value
£41,666,666 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Oct 20254 months ago
Submission Deadline
14 Nov 2025Expired
Future Notice Date
6 Oct 2025Expired
Award Date
Not specified
Contract Period
30 Jun 2026 - 30 Jun 2031 Over 5 years
Recurrence
2031-06-30

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SUBMARINE DELIVERY AGENCY
Contact Name
Emma Hart
Contact Email
emma.hart102@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-058520-2025-10-15T17:09:16+01:00",
    "date": "2025-10-15T17:09:16+01:00",
    "ocid": "ocds-h6vhtk-058520",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "047625-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/047625-2025",
                "datePublished": "2025-08-11T12:55:48+01:00",
                "format": "text/html"
            },
            {
                "id": "051001-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/051001-2025",
                "datePublished": "2025-08-22T16:14:21+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The Purification Equipment (PE) Contract shall deliver the supply and support of essential equipment needed to control the breathable atmosphere on board Submarines, including Authority training establishments. The services to be delivered throughout the Contract shall include Service Management in order to meet and deliver the contractual requirements, Obsolescence Management in order to proactively management obsolescence for all in-scope equipment, support to maintain a spares inclusive upkeep service including equipment procurement and delivery, and equipment upkeep management including strip, survey and repair of equipment, maintenance activity of equipment, technical support, Operational Defect (OpDef) and defect support, training services, and equipment installation. Post Design Services (PDS) shall be included to cover any work in scope of tasking. The Submarine Delivery Agency (SDA) has a requirement to supply and support essential equipment needed to control the breathable atmosphere. Consequently, the Authority seeks to assess the commercial market's capability to tender solutions that meet this future procurement need. This process will enable the Authority to plan activities effectively and may assist in shaping the future procurement strategy and defining the scope of the requirement. For further details, please refer to the Request for Information (RFI) which is included as part of the Opportunity Listing on the Defence Sourcing Portal (DSP). To access the RFI, please go onto 'view DSP opportunities' on the DSP webpage. The Authority welcomes responses to the questions outlined in Annex A. Organisations interested in providing information are invited to contact Emma Hart at Emma.Hart102@mod.gov.uk. The RFI closure date is 19th September 2025 at 23:59. This RFI does not represent a contractual commitment of any kind at this time. Any work undergone as a result of this request is done so at your organisations risk. This RFI is not a commitment by the UK Ministry of Defence to place an order or a Tender in the future.",
                "dueDate": "2025-09-19T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PBHX-4625-LVPD",
            "name": "Submarine Delivery Agency",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBHX-4625-LVPD"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "name": "Emma Hart",
                "email": "Emma.Hart102@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/submarine-delivery-agency",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBHX-4625-LVPD",
        "name": "Submarine Delivery Agency"
    },
    "tender": {
        "id": "715173450",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "715173450 - Purification Equipment",
        "description": "The Purification Equipment (PE) Contract shall deliver the supply and support of essential equipment needed to control the breathable atmosphere on board Submarines, including Authority training establishments. This is inclusive of the Vanguard and Astute class submarines, and any new classes of submarine that may be introduced during the lifetime of the Purification Equipment project. The services to be delivered throughout the Contract shall include Service Management in order to meet and deliver the contractual requirements, Obsolescence Management in order to proactively manage obsolescence for all in-scope equipment, support to maintain a spares inclusive upkeep service including equipment procurement and delivery, and equipment upkeep management including strip, survey and repair of equipment, maintenance activity of equipment, technical support, Operational Defect (OpDef) and defect support, training services, and equipment installation. The Contract shall also include a tasking provision which shall include but not be limited to the following: i. Obsolescence resolution, ii. Codification, iii. Disposals iv. Post Design Services (PDS) activities to include technical upgrades and investigations where required v. Training over and above extant requirements vi. Fleet Time investigations, vii. Defects and repairs viii. Technical assistance ix. Technical investigations x. CONDO support xi. Trials support xii. Equipment root cause analysis xiii. Safety and environmental management system xiv. Operational safety assurance inspections xv. Boat visits and reports xvi. Modifications xvii. Additions and alterations The PE contract shall cover a number of master equipment types and its ancillary components. These Master Equipment types are detailed within the Tender documentation. This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. It is considered a Defence and Security Contract due to its scope and therefore the relevant provisions of the Procurement Act 2023 relating to defence and security contracts are applicable. The Purification Equipment contract will be initially for five (5) years however the contract shall include two irrevocable one year options to extend the Contract by a further two years taking total contract duration if options invoked to be seven (7) years.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35512000",
                        "description": "Submarines"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35512100",
                        "description": "Strategic submarine nuclear fuelled"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35512200",
                        "description": "Attack submarine nuclear fuelled"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amountGross": 50000000,
            "amount": 41666666,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "defenceSecurity"
        ],
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-01T00:00:00+01:00",
                    "endDate": "2031-06-30T23:59:59+01:00",
                    "maxExtentDate": "2033-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 50000000,
                    "amount": 41666666,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Weightings will be set out in the associated tender documents",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Weightings will be set out in the associated tender documents"
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Weightings will be set out in the associated tender documents"
                        },
                        {
                            "type": "quality",
                            "name": "Commercial",
                            "description": "Weightings will be set out in the associated tender documents"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Details can be found within the Conditions of Participation (COP) and Procurement Specific Questionnaire (PSQ). Please log into the DSP and access via this link: https://contracts.mod.uk/go/711829030199E89BB4E9"
                        },
                        {
                            "type": "technical",
                            "description": "Details can be found within the Conditions of Participation (COP) and Procurement Specific Questionnaire (PSQ). Please log into the DSP and access via this link: https://contracts.mod.uk/go/711829030199E89BB4E9"
                        },
                        {
                            "description": "Within the COP and PSQ there are Pass/Fail questions and suppliers are required to pass all of the questions to be eligible to be invited to Tender. The Pass/Fail criteria is listed against all questions on DSP, and is also explained within the Conditions of Participation (COP) and Procurement Specific Questionnaire (PSQ) guidance.",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "Option to extend the Contract for up to two (2) years in any combination of durations"
                },
                "hasOptions": true,
                "options": {
                    "description": "The right to additional purchases while the contract is valid."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-06T23:59:59+01:00"
        },
        "status": "active",
        "aboveThreshold": true,
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Procurement Specific Questionnaire (PSQ) (including Conditions of Participation) is available within the Defence Sourcing Portal (DSP) and will be used to down-select between suppliers to be invited to Tender. This will also include the assessment of whether a supplier, its connected persons, associated persons or any intended subcontractors are excluded or excludable persons and whether the suppliers are UK suppliers under the Procurement Act. A clarification process will be used during the PSQ period to allow suppliers to seek clarification from the Authority. Within the PSQ there are Pass/Fail questions and suppliers are required to pass all of the questions to be eligible to be invited to Tender. An Invitation to Tender (ITT) will be issued to those successful at PSQ. A clarification process will be used during the tendering period to allow suppliers to seek clarification from the Authority. A summary of the award criteria is in this notice and will be explained in the Tender Evaluation Strategy, which will be published in the DSP, with the ITT. The Authority reserves the right to refine the award criteria before and - where negotiation/final tenders are used - during the Tender period in accordance with section 24 of the Procurement Act 2023. This may include revision to the weightings of the sub-criteria. The following supplementary processes may be used, with further details set out in the additional tender documents; * Clarifications - during the tender evaluation period * Negotiations - following evaluation of the Tender * Supplier presentations / site visits - during the Tender, and Tender Evaluation period * Final Tenders - following negotiations, if used * Preferred Supplier Stage - to confirm solutions and/or finalise the draft contract. The Authority reserves the right to amend the procurement, where such amendment would not be substantial, as follows, including and not limited to; * amendments to the tender documents which may provide clarification * refining the specification as the competitive flexible procedure progresses * reducing timescales. If any amendments are made, the Authority will consider whether any applicable tender deadlines should be revised, and whether any tender documents or notices need to be re-issued."
        },
        "submissionMethodDetails": "Submissions should be made via the Defence Sourcing Portal (DSP). In order to access the COP and PSQ, please log into the DSP and access via this link: Please log into the DSP and access via this link: https://contracts.mod.uk/go/711829030199E89BB4E9",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-11-21T23:59:00+00:00",
        "enquiryPeriod": {
            "endDate": "2025-11-14T23:59:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-01T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "All Tender Documentation shall be provided via the Defence Sourcing Portal. In order to access the Conditions of Participation (COP) and Procurement Specific Questionnaire (PSQ), please log into the Defence Sourcing Portal, and access COP and PSQ via this link: https://contracts.mod.uk/go/711829030199E89BB4E9"
            },
            {
                "id": "065722-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/065722-2025",
                "datePublished": "2025-10-15T17:09:16+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2031-06-30T23:59:59+01:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "All payments will be made through the Authority's Contracting, Purchasing & Finance (CP&F) system (Exostar) and will be in accordance with future contractual arrangements."
        }
    },
    "language": "en"
}