Scope
Reference
712050456
Description
The requirement is for the development and in service support of Application Development & Support (ADAS). This will include software development and support for the following:
- Development and continued availability of an application store.
- Systems and platforms may include Android, Windows, Linux and AWS. Software (applications) will be required to be developed for use on a variety of networks and with varying levels of data classification. Applications may be standalone, networked using secure closed systems or open cloud based and may be required to interface with 3rd party hardware e.g. sensors for data ingest, processing and transfer. These apps will need to be integrated onto the application store.
- Integration of commercial off the shelf (COTS) applications onto the application store.
The suppliers will be required to support DE&S with rapid, insightful, and cost-effective decisions to ensure the sustainment of the UK defence operations.
The number of bespoke apps is subject to change but is assumed to be around ~20 over the life of the contract. The applications are to be used by a small, CBRN focused Military group only.
The classification of application development is up to and including OFFICIAL-SENSITIVE. However, some apps may require libraries up to an including SECRET UK EYES ONLY meaning that the supplier will be required to hold Facility Security Clearance before contract award.
The in-service support shall include, but not limited to maintaining availability of the applications and the application store.
Total value (estimated)
- £10,250,000 excluding VAT
- £12,300,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 July 2026 to 30 June 2030
- 4 years
Options
The right to additional purchases while the contract is valid.
4 options years avialable, to be taken 1 year at a time. The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s). Further information on the option(s) will be provided in the Invitation to Tender.
Main procurement category
Services
CPV classifications
- 72231000 - Development of software for military applications
- 72212517 - IT software development services
- 72212000 - Programming services of application software
- 72212983 - Development software development services
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
The legal and financial capacity conditions of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation.
Suppliers, associated persons and tier one & two suppliers are required registered on the Central Digital Platform and share up-to-date information.
The Authority shall assess suppliers (or where relevant, a connected person), an associated person or a sub-contractor to determine whether mandatory or discretionary grounds for exclusion apply, in accordance with The Procurement Act 2023.
Please see section 1.13 on the PSQ and the supporting document for full information on financial requirements.
Stage 1 - Qualification (Pass / Fail)
Part 1 - Confirmation of core supplier information
• Documentation
• Preliminary SI Basic Information
• Confirmation of CDP SI Basic Information
Part 2 - Additional exclusion information
• Associated Persons
• List of all Intended Sub-Contractors
• Subcontractors CDP Information
Part 3 - Conditions of participation
• Electronic Trading
• Defence and Security Questions
• Security of Information
• Financial Assessment
Suppliers must pass stage 1 to progress to stage 2 of the PSQ. Questions where a 'fail' will result in exclusion from the competition have been clearly identified within the evaluation criteria against each question within the Project Specific Questionnaire (PSQ) Conditions of Participation Methodology document.
Technical ability conditions of participation
The technical condition of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation.
Stage 2 - Technical (Pass / Fail and Scored)
Part 3 - Conditions of Participation
• Sustainable Procurement
• Russian / Belarusian Entities
• Insurance
• Data Protection
• Technical Ability and Project Experience
• Experience of Sub-contractor Management
• Health and Safety
• Tackling Modern Slavery in Supply Chains
Questions where a 'fail' or a score of 0 will result in exclusion from the competition have been clearly identified within the evaluation criteria against each question in the PSQ Conditions of Participation Methodology document.
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
12 September 2025, 11:59pm
Submission type
Requests to participate
Deadline for requests to participate
26 September 2025, 11:59pm
Submission address and any special instructions
PSQ responses should be submitted by the Authority using the Defence Sourcing Portal (DSP) by the deadline stated. Responses submitted via any other medium will not be accepted or considered. https://contracts.mod.uk
The DSP Opportunity listing for the PSQ can be found here - https://contracts.mod.uk/go/0598293001989EB899F4
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
1 to 6 suppliers
Selection criteria:
The top six fully compliant suppliers with the highest technical scores shall be invited to take part in the Invitation to Tender (ITT).
Award decision date (estimated)
24 November 2025
Award criteria
Name | Description | Type |
---|---|---|
Conditions of Participation - PSQ | Suppliers will be evaluated in two stages, Stage 1 - Qualification and Stage 2 - Technical, only suppliers that pass Stage 1 shall be deemed compliant and progress to Stage 2 - Technical evaluation.... |
Quality |
Weighting description
The award crtieria for the PSQ.
Other information
Payment terms
The Authority shall pay the Contractor any sums due under such an invoice no later than a period of 30 days from the date on which the Authority has determined that the invoice is valid and undisputed.
Payment for Contractor Deliverables will be made by electronic transfer and prior to submitting any claims for payment, the Contractor will be required to register their details (Supplier on-boarding) on the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. Further details are provided in the draft contract which will be provided as part of the ITT.
Description of risks to contract performance
There is a risk that some of the applications (or data to be contained within them) will need to be developed at TOP SECRET.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Defence and security
Competitive flexible procedure description
The Application Development and Support contract is being procured through the Competitive Flexible Procedure in accordance with the Procurement Act 2023 ('The Act').
The following steps will be used to decide which supplier progress to Invitation to Tender;
• Project Specific Questionnaire (PSQ) - The top 6 tenderers who are fully compliant and have the received highest scores in the Technical Envelope shall be invited to take part in the Invitation to Tender (ITT).
Invitation to Tender (ITT), the evaluation shall include various stages in order to arrive at contract award;
• Bidder's conference - Shortly after the ITT is issued, the tenderers will be invited to a Bidder's Conference to learn more about the Authorities requirements and background to the ITT.
• Paper based evaluation of the ITT - The evaluation will access tenderers based on Value for Money (VFM) using the VFM Weighted index. The weighting of the evaluation will be split 60% technical and 40% price. The top three scoring tenderers will progress to the presentation stage.
• Presentation stage - The three remaining tenderers will present to the Authority in order to bring to life specific sections of their software development proposal response, which they have detailed in their written ITT response.
• Partial second ITT evaluation - The sections of the ITT which are covered in the presentation will be re-evaluated by the Authority following the suppliers' presentations.; scores can increase, decrease or remain the same.
• Contract award - The tenderer offering the best Value for Money (VFM) using the VFM Weighted index will be awarded the contract. The weighting will remain 60% technical and 40% price.
Full information on how the procurement procedure including evaluation criteria, strategy and stages of evaluation will be provided within the ITT guidance.
The Authority reserves the right under the Procurement Act 2023 to:
-To cancel the procurement procedure at any stage.
- Not to award a contract as a result of the procurement process.
- Make any modifications during a competitive flexible procedure, provided that the deadline to participate or submit a first or only tender has not passed (section 31(1)(b)).
- Make non substantial modifications, during a competitive flexible procedure, up to the deadline of the final tendering stage (section 31(2)(a)).
- Refine or supplement the award criteria during a competitive flexible procedure (section 24(1)).
If there are any changes to the procedure, this will be set out in the ITT supporting documentation.
Documents
Documents to be provided after the tender notice
Documents will be provided to support to PSQ and ITT, all documents will be avaiable via the DSP.
For the PSQ the document provided are; Application Development and Support Project Specific Questionnaire (PSQ) Conditions of Participation Methodology and 20250218_MoD_Covered Procurement_PSQ_Supplier_Explainer.
Contracting authority
Defence Equipment and Support
- Public Procurement Organisation Number: PVRL-5831-GLMM
MOD Abbey Wood
Bristol
BS34 8JH
United Kingdom
Email: DESLESTSP-SEEC-Commercial@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