Tender

Aircraft Commodity Consumables

  • Defence Equipment and Support

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-045692

Procurement identifier (OCID): ocds-h6vhtk-04e8b9 (view related notices)

Published 4 August 2025, 3:00pm



Scope

Reference

714111455

Description

The Support Capabilities & Commodities Team have a requirement to deliver approved Commercial of the Shelf (COTS) aircraft spares to MOD locations within the United Kingdom. The initial scope of Aircraft Commodity Consumables (ACC) will comprise of approximately 11,000 consumable aircraft spares with unique NATO Stock Numbers (NSN's), however there is a requirement to implement a mechanism in the contract to permit scope expansion, up to a maximum of 15,000 NSN's. ACC will require the following services:

a. Contract Management

b. Delivery of Service (including supply chain analysis to influence supply chain modelling)

c. Delivery of Spares to the Support Capabilities & Commodities Depot

d. Obsolescence Management

e. Ad hoc Technical Support

The core element of the ACC project requires prospective suppliers to carry out spares modelling and procurement activity utilising assumptions and historical consumption data to evaluate future spares requirements. This spares modelling will demonstrate that the proposed spares procurements will meet predicted future requirements and provide confidence in spares availability across all consuming Defence platforms.

Airworthiness is a material attribute that reflects the time, cost and effort in accurately evidencing (and documenting) that an item was produced in accordance with its design or specification by an organisation with appropriate credentials for the intended use. For the consumable items included within the scope of ACC, the sum-total of the item, labelling and accompanying documentation (including traceability to source with evidence that the manufacturer has recognised quality management system) form the argument that the item is "Airworthy". This enables the maintainers, Military Continuing Airworthiness Organisations (MilCAMOs), to use the items to fix an aircraft. Therefore, if the items delivered do not meet the requirements placed on the MilCAMOs then the items cannot be used on an aircraft. Our regulator, the Military Aviation Authority (MAA), set Regulatory Articles (RAs) that civil servants working in the Defence Air Environment (DAE) are legally obliged to follow. The collection of these rules and supporting guidance is known as the MAA Regulatory Publications (MRP). The role of the Engineering Authority (EA) is to provide technical oversight and assurance, ensuring that civilian standards of Safety are achieved So Far As Reasonably Practicable achieved and that any residual risk(s) are transferred to Aviation Duty Holders (ADHs). This should be accomplished through compliance with the MRP and applicable aerospace standards. Where regulatory compliance cannot be achieved the EA should compile evidence and apply to the regulator for 'Alternative Acceptable Means of Compliance', a Waiver or an Exemption. Where compliance with Aerospace standards cannot be achieve the EA is responsible for ensuring risk is identified, evaluated and where appropriate transferred to ADHs. There are no plans to issue Design Organisation "privilege " as part of ACC.

The Platforms supported through ACC have planned Out of Service Dates (OSDs) between 2025 and 2046 (in accordance with the Strategic Defence Review 24/25. Between 2025 and 2046 a number of manned and unmanned platforms may be introduced into service, contract amendments may be required to provide consumables for these platforms.

The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is High (Reference - RAR-250128A16)

Transfer of Undertakings (Protection of Employments) (TUPE) will apply to this requirement.

UK1: Pipeline notice was published under Notice identifier: 2025/S 000-024717

UK2: Preliminary market engagement notice was published under Notice identifier: 2025/S 000-007556

Total value (estimated)

  • £63,882,850.83 excluding VAT
  • £76,659,421 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2029
  • Possible extension to 31 March 2033
  • 7 years

Description of possible extension:

Possible extension to 31 March 2033

Options

The right to additional purchases while the contract is valid.

4 x 1-year options

Main procurement category

Goods

CPV classifications

  • 34731000 - Parts for aircraft

Contract locations

  • UK - United Kingdom

Justification for not using lots

Analysis of the market and feedback from industry via the Request for Information indicated that a lot-based approach will not be feasible for this procurement due to the risk of making the contract excessively technical and expensive to manage, and the need to coordinate various different contractors which could undermine the efficient management of the contract by a Prime.

Due to the multiple supplier relationships that would be required as part of Lots, there is a significant risk of the Authority receiving a sub-optimal level of integrated service support and delivery or spares across the multiple Air platforms should there be any relationship breakdowns between suppliers, the contracting Authority and our Mission Partners, with the potential to impact aircraft availability and/or increased risk to life through deferment of maintenance activities.


Participation

Legal and financial capacity conditions of participation

See PSQ document

Technical ability conditions of participation

See PSQ document

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

24 August 2025, 11:59pm

Submission type

Requests to participate

Deadline for requests to participate

14 September 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

2 to 3 suppliers

Selection criteria:

Within the PSQ there are a mix of questions: Pass/Fail, a Fail resulting in exclusion from further participation in the tendering process; and scored Questions. For those suppliers who Pass all of the Pass/Fail questions, their overall technical score will determine their ranking. Those ranking in the Top 3 will be invited to Tender.

Where there is a tie at Positions 2 and 3 (or more), the decision on which supplier will be Invited to Tender will be based initially on the highest score on question 17 of the Technical Conditions of Participation. Where this still results in a tie, the decision will be based on the highest score for question 15. This will continue by referring to the score for question 19, question 18 and finally question 20 or until a supplier is selected for 3rd place. In addition, the Authority shall only proceed with those suppliers who have achieved a minimum score of 40. If this process does not result in a clear 3rd place then the Authority reserves the right to proceed to tender with additional suppliers who share equal 3rd position.

Award decision date (estimated)

27 February 2026


Award criteria

This table displays the award criteria of the lot
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.

Description of risks to contract performance

1. Suppliers shall be constrained to a list of approved suppliers for the ~11,000 NSN's in scope specified within the Contract Schedule of Requirements and the Codification Support Information System (CSIS).

2. Spares consumption may increase dependent on geopolitical instability.

3. Raw material shortages resulting in disruption to manufacturing facilities which may lead to higher minimum order quantities and/or cost increases.

4. Changes to regulatory requirements.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Defence and security

Competitive flexible procedure description

An Invitation to Tender (ITT) will be issued to those successful at PSQ.

A Bidder's Conference will be held to allow suppliers to seek clarification from the Authority on how they wish for industry to respond to the ITT via dialogue. A group session will be held initially, followed by individual sessions with each supplier to allow for commercially sensitive information to be discussed. It is anticipated that the Bidders Conference will be held week commencing 20 October 2025.

Following the Bidder's Conference, suppliers will prepare their ITT responses for submission to the Authority.


Documents

Documents to be provided after the tender notice

Suppliers who are successful will be invited to tender via the DSP.


Contracting authority

Defence Equipment and Support

  • Public Procurement Organisation Number: PVRL-5831-GLMM

MOD Abbey Wood

Bristol

BS34 8JH

United Kingdom

Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Organisation type: Public authority - central government