Scope
Description
The original "Tender Notice" (ref. 010336-2025) for this requirement has been archived and a new "Tender Notice" published. Please disregard the original "Tender Notice". This was due to technical issues and minor administrative changes being required.
In-Service Support & Post-Design Services for Gun System Automation Mk9 (GSA9). The support solution will be structured to provide the following services:
Logistics Management
Technical Support
Design Authority
Obsolescence Management
System Health Checks
Safety & Environmental Management
Documentation Management
Quality Management
Software Management
Project Management, Meetings & Reporting
Configuration Control
Test Facilities & Equipment
Security Management
Provide facility for ad-hoc tasks
The total contract value is expected to be £21M (Inc Vat), brokendown of £11M (Inc Vat) in core costs and an expected £10M (Inc Vat) throughput of repair.
Total value (estimated)
- £17,500,000 excluding VAT
- £21,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 March 2026 to 28 February 2029
- 3 years
Main procurement category
Services
CPV classifications
- 50840000 - Repair and maintenance services of weapons and weapon systems
Participation
Legal and financial capacity conditions of participation
Details can be found in the PSQ.
Technical ability conditions of participation
Prospective contractors are required to hold Quality Management System certification to ISO 9001:2015 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Procurement Specific Questionnaire (PSQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2110.
Submission
Enquiry deadline
8 April 2025, 11:59pm
Submission type
Requests to participate
Deadline for requests to participate
22 April 2025, 11:59pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Maximum 6 suppliers
Selection criteria:
Selection Criteria in the PSQ:
PART 1 - Potential Providers must achieve a "pass" for all questions. Where a "Fail" is scored, the provider will not be taken forward to Part 2 of the evaluation.
PART 2 - Potential providers must score a combined minimum of 170 for the 3 (three) weighted questions, and achieve a Pass for all other questions. If a potential provider achieves a score of "0- Unacceptable" against any of the 3 (three) weighted questions, this will result in the respondent being excluded from tendering for this requirement.
The potential providers who have met the minimum pass criteria, will then be ranked (highest to lowest) on their combined score achieved against the 3 (three) weighted questions in Part 2. The Authority will take the highest ranking potential providers through to the ITT stage up to a maximum of 6 (six) Potential Providers.
In a case of a tied ranking which identifies more than 6 (six) potential providers, the Authority will take forward the potential providers who have achieved the highest score for the weighted question (PSQ_2.3.1)
If this still results in more than 6 (six) potential providers, the Authority reserves the right to increase the maximum number of potential providers to take through to the invitation to tender stage.
Further details can be found within the "Supplier Guidance" published with the PSQ.
Award decision date (estimated)
28 February 2026
Award criteria
Name | Description | Type |
---|---|---|
Price | Weightings will be set out in the associated tender documents. |
Price |
Technical | Weightings will be set out in the associated tender documents. |
Quality |
Commercial | Weightings will be set out in the associated tender documents. |
Quality |
Weighting description
Weightings will be set out in the associated tender documents.
Other information
Payment terms
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.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This procurement will follow a simple two stage competitive flexible procedure, without negotiation or dialogue. The Contracting Authority will carry out a PSQ as the first stage to shortlist a number of suppliers, evaluating suppliers on a combination of Qualification & Technical questions & an assessment of excludable suppliers, connected persons or sub-contractors in accordance with PA 2023. This is available on the DSP & will be used to down-select from an anticipated maximum of 6 suppliers to invite to tender.
At the second stage, the Contracting Authority will issue an ITT to the shortlisted suppliers & invite them to submit tenders. If at the first stage it's established that only ONE supplier is shortlisted, letters will be issued to inform unsuccessful suppliers the procurement under the competitive flexible procedure would be cancelled & would switch to Direct Award.
Once the ITT has been published to those successful at PSQ, a clarification process will be used during the tender period to allow for suppliers to ask the Authority questions. 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. During this stage there will be no negotiation or dialogue with any shortlisted suppliers.
Here is a summary of the stages of the procurement & are as follows:
1 Preliminary market engagement, develop procurement strategy, prepare tender notice and associated tender documents.
2 Publish tender notice and any associated tender documents inviting requests to participate.
3 (Participation period) Receive requests to participate, assess exclusions, conditions of participation, and any other objective criteria set to limit suppliers.
4 Inform suppliers who will not be invited to tender.
5 Invite those who have made it through the participation stage to tender by issuing the invitation to tender.
6 (Tendering period) Receive tenders.
7 Evaluate tenders against the award criteria and determine the most advantageous tender.
8 Inform suppliers of the outcome and issue assessment summaries.
9 Publish the contract award notice (triggering the mandatory or voluntary standstill where appropriate).
10 (8 working days) Following completion of standstill, enter into the contract with the winning supplier.
11 Publish the contract details notice and (if required) a copy of the contract.
Justification for not publishing a preliminary market engagement notice
No market engagement required for this procurement, as pre-market engagement was conducted in a previous procurement for this capability.
Documents
Documents to be provided after the tender notice
Any necessary documents will be uploaded to the DSP & will be visible to suppliers.
Contracting authority
Defence Equipment and Support
- Public Procurement Organisation Number: PVRL-5831-GLMM
MOD Abbey Wood
Bristol
BS34 8JH
United Kingdom
Email: DefComrcl-SystemsGuidance@mod.gov.uk
Website: https://www.gov.uk/government/organisations/defence-equipment-and-support
Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Organisation type: Public authority - central government