Planning

Fibre Optic Compass System (FOCS) In-Service Support (ISS)

DEFENCE EQUIPMENT AND SUPPORT

This public procurement record has 3 releases in its history.

PlanningUpdate

14 Apr 2026 at 12:44

Planning

31 Mar 2026 at 14:04

Planning

19 Mar 2026 at 16:27

Summary of the contracting process

The Defence Equipment and Support organisation, a central government public authority based in Bristol, is preparing for the procurement of in-service support for the Fibre Optic Compass System (FOCS) within the Royal Navy and associated fleets. This tender process pertains to the navigation and maintenance services industry, with a focus on supporting, sustaining, and installing FOCS equipment. Currently in the planning phase, the market engagement notice for this procurement has been issued, with expressions of interest required by 27th April 2026. The planned date for issuing the tender is September 2026. This procurement follows a competitive flexible procedure under the Procurement Act 2023, ensuring transparency and fairness in engagement, with a significant opportunity for the market to inform the refinement of requirements.

This tender presents substantial opportunities for businesses involved in navigation equipment, repair, and maintenance services of warships. With a contract value exceeding £5 million, small and medium enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are particularly encouraged to express interest, as the contract offers potential tasks like ad-hoc equipment fault support and installation activities. The procurement process is designed to build supplier capability and involve potential collaborators in shaping procurement requirements and procedures. Companies with expertise in system support, technical query resolution, and spares management will find this opportunity suitable for expanding their defence-related business portfolios.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Fibre Optic Compass System (FOCS) In-Service Support (ISS)

Notice Description

The Ministry of Defence (MOD), acting through Sense Decide and Communicate (SDC) - Command and Control, Target, Navigation, Communications (C2TNC), intends to undertake preliminary market engagement for the procurement of a follow-on contract to support, sustain, and install Fibre Optic Compass System (FOCS) equipment across the Royal Navy (RN), Royal Fleet Auxiliary (RFA), and Submarine fleets. This engagement is being conducted in accordance with Section 16 of the Procurement Act 2023 (Preliminary Market Engagement) and aims to ensure the Authority understands the current market, technical capability, supply chain, and commercial models relevant to this requirement. The intended procurement covers: a) Core agreement to provide support and sustain existing systems: a. Through-life technical support to sustain the existing FOCS capability. b. System availability management. c. Technical query resolution. d. Obsolescence management. e. Maintenance and updating of all technical documentation in accordance with MOD policy f. Spares and repairs service provision. The responsibility for the management of spares and repairs to be held by the supplier. g. Storage of all materiel required for support in accordance with relevant defence standards. b) Non-core scope to complete ad-hoc tasking: a. Ad-hoc tasking to support equipment faults, engineering studies, or system enhancements. b. Potential tasking to perform installation activity on remaining platforms in the current FOCS tech refresh programme. c. Attendance on ships/subs, military bases, and operational environments when required (in accordance with CONDO if required).

Planning Information

a. The Authority published a Request for Information (RFI) in April-May 2025. This PMEN is a further step to refine requirements ahead of a competitive flexible procedure. b. The Authority is engaging the market to: i. Provide suppliers with the opportunity to express interest. ii. Understand the capability in the market. iii. Understand commercial feasibility and delivery models. iv. Build supplier awareness and support competitive participation. c. The Authority confirms that: i. All information disclosed will be provided transparently to all suppliers to ensure equal treatment. ii. Participation in engagement does not create any preferential status in later procurement stages. iii. All relevant information shared through engagement will be published on the DSP to ensure open and equal access. d. The planned PSQ issue date is June-26, and the planned tender issue date is Sep-26. Interested suppliers may: a) Express interest including a capability statement. b) Submit clarification questions upon acceptance of capability statement by the authority. c) Offer feedback on commercial or technical approaches. Expressions of interest, together with a capability statement, must be submitted by email to vikki.notton100@mod.gov.uk no later than 17:00 on 27 April 2026. The engagement will be conducted in accordance with the Procurement Act 2023 Section 16(1) and Section 16(2) ('Preliminary Market Engagement'). Depending on the response from suppliers, the Authority may discuss: a) Developing the authority's requirements and approach to the procurement. b) Designing a procedure, conditions of participation or award criteria. c) Preparing the tender notice and associated tender documents. d) Identifying and notifying suppliers that may or may not be able to supply the goods, services or works required. e) Identifying likely contractual terms. f) Building capacity among suppliers in relation to the contract being awarded.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-066f88
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/033773-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

50 - Repair and maintenance services


CPV Codes

34933000 - Navigation equipment

50640000 - Repair and maintenance services of warships

Notice Value(s)

Tender Value
£5,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 Apr 20261 months ago
Submission Deadline
Not specified
Future Notice Date
30 Jun 20262 months to go
Award Date
Not specified
Contract Period
31 Mar 2027 - 31 Dec 2032 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFENCE EQUIPMENT AND SUPPORT
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

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-066f88-2026-04-14T13:44:42+01:00",
    "date": "2026-04-14T13:44:42+01:00",
    "ocid": "ocds-h6vhtk-066f88",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "025420-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/025420-2026",
                "datePublished": "2026-03-19T16:27:19Z",
                "format": "text/html"
            },
            {
                "id": "029812-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029812-2026",
                "datePublished": "2026-03-31T15:04:00+01:00",
                "format": "text/html"
            },
            {
                "id": "033773-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/033773-2026",
                "datePublished": "2026-04-14T13:44:42+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "a. The Authority published a Request for Information (RFI) in April-May 2025. This PMEN is a further step to refine requirements ahead of a competitive flexible procedure. b. The Authority is engaging the market to: i. Provide suppliers with the opportunity to express interest. ii. Understand the capability in the market. iii. Understand commercial feasibility and delivery models. iv. Build supplier awareness and support competitive participation. c. The Authority confirms that: i. All information disclosed will be provided transparently to all suppliers to ensure equal treatment. ii. Participation in engagement does not create any preferential status in later procurement stages. iii. All relevant information shared through engagement will be published on the DSP to ensure open and equal access. d. The planned PSQ issue date is June-26, and the planned tender issue date is Sep-26. Interested suppliers may: a) Express interest including a capability statement. b) Submit clarification questions upon acceptance of capability statement by the authority. c) Offer feedback on commercial or technical approaches. Expressions of interest, together with a capability statement, must be submitted by email to vikki.notton100@mod.gov.uk no later than 17:00 on 27 April 2026. The engagement will be conducted in accordance with the Procurement Act 2023 Section 16(1) and Section 16(2) ('Preliminary Market Engagement'). Depending on the response from suppliers, the Authority may discuss: a) Developing the authority's requirements and approach to the procurement. b) Designing a procedure, conditions of participation or award criteria. c) Preparing the tender notice and associated tender documents. d) Identifying and notifying suppliers that may or may not be able to supply the goods, services or works required. e) Identifying likely contractual terms. f) Building capacity among suppliers in relation to the contract being awarded.",
                "dueDate": "2026-04-27T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "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": {
                "name": "Vikki Notton",
                "email": "vikki.notton100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-equipment-and-support",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVRL-5831-GLMM",
        "name": "Defence Equipment and Support"
    },
    "tender": {
        "id": "715825473",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Fibre Optic Compass System (FOCS) In-Service Support (ISS)",
        "description": "The Ministry of Defence (MOD), acting through Sense Decide and Communicate (SDC) - Command and Control, Target, Navigation, Communications (C2TNC), intends to undertake preliminary market engagement for the procurement of a follow-on contract to support, sustain, and install Fibre Optic Compass System (FOCS) equipment across the Royal Navy (RN), Royal Fleet Auxiliary (RFA), and Submarine fleets. This engagement is being conducted in accordance with Section 16 of the Procurement Act 2023 (Preliminary Market Engagement) and aims to ensure the Authority understands the current market, technical capability, supply chain, and commercial models relevant to this requirement. The intended procurement covers: a) Core agreement to provide support and sustain existing systems: a. Through-life technical support to sustain the existing FOCS capability. b. System availability management. c. Technical query resolution. d. Obsolescence management. e. Maintenance and updating of all technical documentation in accordance with MOD policy f. Spares and repairs service provision. The responsibility for the management of spares and repairs to be held by the supplier. g. Storage of all materiel required for support in accordance with relevant defence standards. b) Non-core scope to complete ad-hoc tasking: a. Ad-hoc tasking to support equipment faults, engineering studies, or system enhancements. b. Potential tasking to perform installation activity on remaining platforms in the current FOCS tech refresh programme. c. Attendance on ships/subs, military bases, and operational environments when required (in accordance with CONDO if required).",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50640000",
                        "description": "Repair and maintenance services of warships"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34933000",
                        "description": "Navigation equipment"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 6000000,
            "amount": 5000000,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Competitive flexible procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2032-12-31T23:59:59+00:00",
                    "maxExtentDate": "2035-12-31T23:59:59+00:00"
                },
                "status": "planned",
                "hasRenewal": true
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-06-30T23:59:59+01:00"
        },
        "status": "planned",
        "amendments": [
            {
                "id": "033773-2026",
                "description": "This change notice provides clarification on the submission process for expressions of interest. Interested suppliers must submit their expression of interest, together with a capability statement by email to vikki.notton100@mod.gov.uk no later than 17:00 on 27 April 2026."
            }
        ]
    },
    "language": "en"
}