Tender

The Repair of Operational Infrastructure Equipment

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

30 Apr 2026 at 14:38

Summary of the contracting process

The Ministry of Defence, acting through Babcock Land Defence Limited, is conducting a public procurement process for a 4-year framework agreement, with options to extend for up to two additional years, regarding the repair of operational infrastructure equipment such as Operational Hygiene Systems and Operational Field Catering Systems. This procurement is categorised within the services industry, particularly focusing on the repair and maintenance of electrical distribution equipment. Located in Telford, UK, the tender process is currently in the tender stage, having been announced on 30th April 2026. Interested parties must submit expressions of interest via the Defence Sourcing Portal by 26th May 2026, with the award period concluding on 29th June 2026. The procurement method is described as a selective, competitive flexible procedure, emphasising compliance with quality standards such as ISO 9001:2015.

This tender presents significant opportunities for businesses specialising in repair and maintenance services for electrical equipment, particularly those with expertise in defence and security sectors. Companies that are ISO 9001:2015 certified or hold equivalent accreditation are well-suited to participate. With a contract value of £2,747,000, businesses have the opportunity to establish a noteworthy relationship as a supplier to the Ministry of Defence, potentially fostering long-term growth and sector credibility. The competitive procurement method underscores the need for a robust business strategy, focusing on competitive pricing and high-quality service delivery to secure the advantageous framework agreement.

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

Notice Title

The Repair of Operational Infrastructure Equipment

Notice Description

Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence ("the Authority") has under consideration a 4 Year plus 2 x 1 Year Options Framework Agreement for The Repair of Operational Hygiene System (OHS) Laundry Transportable, Personal Sanitation Portable (PSP), Operational Field Catering System (OFCS) Equipment. The repair provision is to include all types of repairs on the equipment: CPV code applicable to this contract is:50532400 - Repair and maintenance services of electrical distribution equipment This Framework Agreement includes 8 items identified as being in scope: 3510-99-908-6830 OHS Laundry Transportable 5419-99-745-1624 OHS Personnel Sanitation Portable 4520-12-368-4888 Burner Module 7310-99-503-8900 OFCS Oven 6120-99-316-0134 OFCS Power Supply Unit 6110-99-684-4060 OFCS Slave Start Distribution Box 7310-99-934-8969 OFCS Burner C/W Burner Box 4520-99-498-9618 Field Water Heater The Authority reserves the right to add items of a similar nature during the lifetime of the contract following Request for Quotations (RFQ). The contract value: PS2,747,000.00. The resulting Framework Agreement shall contain a set of Key Performance Indicators to measure performance in areas such as delivery and quality and shall include remedies for poor performance. The Authority shall award the Framework Agreement in accordance with the evaluation criteria which will be detailed in the Invitation to Tender. QA standards or equivalent: The contractor shall hold and maintain a certification to ISO 9001:2015 or equivalent quality accreditation to a correct scope relevant to this requirement. No business whatsoever is guaranteed under any resulting Framework Agreement indeed there is no guarantee that any Framework Agreement will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting Framework Agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position. Expressions of interest to participate in this requirement are to be submitted on the Defence Sourcing Portal (DSP) by completing the Procurement Specific Questionnaire (PSQ). The PSQ shall be assessed on DSP using the selection criteria given within the PSQ and within each question. It is the intention of the Authority to down select, economic operators who will be invited to tender, only those suppliers who provide all mandatory information and are not subject to a mandatory exclusion. Contract name: IRM23/7660 RAR-VZ9JRJ2 Cyber Risk Profile: Level 0 (basic)

Lot Information

Lot 1

Options: 4 Year plus 2 x 1 Year Options

Renewal: 4 Year plus 2 x 1 Year Options

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-068f8e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/040060-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
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

50 - Repair and maintenance services


CPV Codes

50532400 - Repair and maintenance services of electrical distribution equipment

Notice Value(s)

Tender Value
£2,747,000 £1M-£10M
Lots Value
£2,747,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Apr 20262 days ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
6 Jul 2026 - 6 Jul 2030 4-5 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
MINISTRY OF DEFENCE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
TELFORD
Postcode
TF2 8JT
Post Town
Telford
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG2 Shropshire and Staffordshire
Small Region (ITL 3)
TLG21 Telford and Wrekin
Delivery Location
Not specified

Local Authority
Telford and Wrekin
Electoral Ward
Donnington
Westminster Constituency
The Wrekin

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-068f8e-2026-04-30T15:38:19+01:00",
    "date": "2026-04-30T15:38:19+01:00",
    "ocid": "ocds-h6vhtk-068f8e",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "Building B15, Mod Donnington",
                "locality": "Telford",
                "postalCode": "TF2 8JT",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG21"
            },
            "contactPoint": {
                "email": "Dorota.Bilinska-Powroznik@babcockinternational.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://contracts.mod.uk/",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVX-4316-ZVGZ",
        "name": "Ministry of Defence"
    },
    "tender": {
        "id": "IRM26/7660",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "The Repair of Operational Infrastructure Equipment",
        "description": "Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence (\"the Authority\") has under consideration a 4 Year plus 2 x 1 Year Options Framework Agreement for The Repair of Operational Hygiene System (OHS) Laundry Transportable, Personal Sanitation Portable (PSP), Operational Field Catering System (OFCS) Equipment. The repair provision is to include all types of repairs on the equipment: CPV code applicable to this contract is:50532400 - Repair and maintenance services of electrical distribution equipment This Framework Agreement includes 8 items identified as being in scope: 3510-99-908-6830 OHS Laundry Transportable 5419-99-745-1624 OHS Personnel Sanitation Portable 4520-12-368-4888 Burner Module 7310-99-503-8900 OFCS Oven 6120-99-316-0134 OFCS Power Supply Unit 6110-99-684-4060 OFCS Slave Start Distribution Box 7310-99-934-8969 OFCS Burner C/W Burner Box 4520-99-498-9618 Field Water Heater The Authority reserves the right to add items of a similar nature during the lifetime of the contract following Request for Quotations (RFQ). The contract value: PS2,747,000.00. The resulting Framework Agreement shall contain a set of Key Performance Indicators to measure performance in areas such as delivery and quality and shall include remedies for poor performance. The Authority shall award the Framework Agreement in accordance with the evaluation criteria which will be detailed in the Invitation to Tender. QA standards or equivalent: The contractor shall hold and maintain a certification to ISO 9001:2015 or equivalent quality accreditation to a correct scope relevant to this requirement. No business whatsoever is guaranteed under any resulting Framework Agreement indeed there is no guarantee that any Framework Agreement will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting Framework Agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position. Expressions of interest to participate in this requirement are to be submitted on the Defence Sourcing Portal (DSP) by completing the Procurement Specific Questionnaire (PSQ). The PSQ shall be assessed on DSP using the selection criteria given within the PSQ and within each question. It is the intention of the Authority to down select, economic operators who will be invited to tender, only those suppliers who provide all mandatory information and are not subject to a mandatory exclusion. Contract name: IRM23/7660 RAR-VZ9JRJ2 Cyber Risk Profile: Level 0 (basic)",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50532400",
                        "description": "Repair and maintenance services of electrical distribution equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 3296400,
            "amount": 2747000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Authority intends to conduct the procurement in 2 stages. Stage 1 is the Procurement Specific Questionnaire, Stage 2 is the issue of the Invitation to Tender The Competitive Flexible Procedures in the Public Procurement Act 23 outline a structured approach to procurement, while allowing for flexibility to adapt to changing requirements. The detailed steps involved in the process: The Procurement Specific Questionnaire (PSQ) Assessment of Suppliers: The PSQ is assessed based on the selection criteria within the PSQ itself. Each question in the questionnaire is evaluated to determine if the supplier meets the required conditions of participation. Down Selection Process: The intention is to down select suppliers on a pass/fail basis. Only those suppliers who meet the necessary criteria will move forward to the next stage. Invitation to Tender (ITT) Shortlisted Suppliers: Once the PSQ stage is completed, the shortlisted suppliers who meet the criteria are invited to submit their full tender. Tender Documents: The full procurement documents, including requirements, specifications, and terms, are provided to the suppliers. Clarifications: Suppliers can ask questions or seek clarifications to ensure they fully understand the requirements and any flexibility involved in the process. Evaluation and Award Criteria A Framework Agreement will be awarded to the bidder who submits the most advantageous tender. Evaluation will consider: Pricing and supply details for the items as specified in the tender. Responses to the Technical Questions: Compliance to OEM Specification Initial Set up Times Turnaround Times Schedule Adherence"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "participationFees": [
            {
                "id": "ocds-h6vhtk-068f8e",
                "type": [
                    "win"
                ],
                "relativeValue": {
                    "proportion": 0.01,
                    "monetaryValue": "award"
                }
            }
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withoutReopeningCompetition",
                "type": "closed",
                "description": "Price must be Firm for the first 12 Months with a Variantion of Price clause being applied for Years 2 to 6. As this is up to 1 Single Operator Framework Agreements no further selection process for the award of contracts is applicable"
            }
        },
        "submissionMethodDetails": "https://contracts.mod.uk/ Tender must be submitted electronically via the Defence Sourcing Portal (DSP) by date and time. The Authority reserves the right to reject any Tender received after the stated date and time. Hard copy, paper or delivered digital Tenders (e.g. email, DVD) at OFFICIAL SENSITIVE classification are no longer required and will not be accepted by the Authority. Tenderers are required to submit an electronic online Tender in response to ITT IRM23/7660",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-05-26T16:00:00+01:00",
        "awardPeriod": {
            "endDate": "2026-06-29T23:59:59+01:00"
        },
        "otherRequirements": {
            "reservedParticipation": [
                "shelteredWorkshop"
            ]
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 3296400,
                    "amount": 2747000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Comercial",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 45,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-07-07T00:00:00+01:00",
                    "endDate": "2030-07-06T23:59:59+01:00",
                    "maxExtentDate": "2032-07-05T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "4 Year plus 2 x 1 Year Options"
                },
                "hasOptions": true,
                "options": {
                    "description": "4 Year plus 2 x 1 Year Options"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "040060-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/040060-2026",
                "datePublished": "2026-04-30T15:38:19+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}