{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-068843-2026-04-22T11:08:52+01:00",
    "date": "2026-04-22T11:08:52+01:00",
    "ocid": "ocds-h6vhtk-068843",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHVX-4316-ZVGZ",
            "name": "Ministry of Defence",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVX-4316-ZVGZ"
            },
            "address": {
                "streetAddress": "RAF High Wycombe",
                "locality": "Naphill",
                "postalCode": "HP14 4UE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ13"
            },
            "contactPoint": {
                "email": "stephen.morrish101@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "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": "ocds-h6vhtk-068843",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Surface Finishing Delivery",
        "description": "\"The User requires a Surface Finishing capability for fixed and rotary wing aircraft, in order to support the maintenance of the airworthiness of the platforms in question as mandated by the respective Platform Engineering Authorities. The user also requires a Surface Finishing capability for Airfield Support Equipment (ASE) which includes MT (Mechanical Transport) and GSE (Ground Support Equipment), in order to assist in corrosion control and visual signature control in accordance with current policies. Finally, the capability will also be required to undertake miscellaneous station support tasks (e.g., production of signage). These requirements are to be readily accessible when required by all RAF stations in the UK and by UK Strategic Command (UKStratCom) Permanent Joint Operating bases (PJOBs) overseas\".",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34700000",
                        "description": "Aircraft and spacecraft"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35610000",
                        "description": "Military aircrafts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50210000",
                        "description": "Repair, maintenance and associated services related to aircraft and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50211200",
                        "description": "Aircraft repair services"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 114000000,
            "amount": 95000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "he procurement will be conducted using the Competitive Flexible Procedure in accordance with the Procurement Act 2023. The procedure will comprise an initial selection stage, during which suppliers will be required to complete a Pre-Selection Questionnaire (PSQ) to demonstrate suitability, technical and professional capability, financial standing, and the ability to meet Defence-specific requirements. Suppliers who successfully pass the PSQ stage may be shortlisted and invited to participate in the subsequent tender stage. The tender stage may include refinement of requirements, clarification of submissions, and, where appropriate, negotiation with shortlisted suppliers prior to final tender submission and evaluation against the published award criteria."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "Refer to PSQ https://contracts.mod.uk/esop/ogc-host/public/mod/web/login.html",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-05-15T23:59:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-04-30T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-10-16T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 114000000,
                    "amount": 95000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Combination of Pricing Evaluation and Tehcnical Evaluation.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Evaluation of Tender Returns",
                            "description": "The contract will be awarded on the basis of the Most Advantageous Tender. Award criteria will include quality and technical merit, performance and delivery approach, commercial and financial value, risk management, and social value. Further detail on the award criteria and evaluation methodology will be provided to shortlisted suppliers at the tender stage."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2037-04-30T23:59:59+01:00",
                    "maxExtentDate": "2039-04-29T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The option to extend the contract for up to two years may be exercised where this represents value for money, maintains continuity of critical Defence capability, and mitigates operational and transition risk. The decision will be informed by performance against contractual KPIs, market conditions, and the Authority's future procurement strategy."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "036483-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/036483-2026",
                "datePublished": "2026-04-22T11:08:52+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}