Scope
Reference
715173450
Description
The Purification Equipment (PE) Contract shall deliver the supply and support of essential equipment needed to control the breathable atmosphere on board Submarines, including Authority training establishments. This is inclusive of the Vanguard and Astute class submarines, and any new classes of submarine that may be introduced during the lifetime of the Purification Equipment project.
The services to be delivered throughout the Contract shall include Service Management in order to meet and deliver the contractual requirements, Obsolescence Management in order to proactively manage obsolescence for all in-scope equipment, support to maintain a spares inclusive upkeep service including equipment procurement and delivery, and equipment upkeep management including strip, survey and repair of equipment, maintenance activity of equipment, technical support, Operational Defect (OpDef) and defect support, training services, and equipment installation.
The Contract shall also include a tasking provision which shall include but not be limited to the following:
i. Obsolescence resolution,
ii. Codification,
iii. Disposals
iv. Post Design Services (PDS) activities to include technical upgrades and investigations where required
v. Training over and above extant requirements
vi. Fleet Time investigations,
vii. Defects and repairs
viii. Technical assistance
ix. Technical investigations
x. CONDO support
xi. Trials support
xii. Equipment root cause analysis
xiii. Safety and environmental management system
xiv. Operational safety assurance inspections
xv. Boat visits and reports
xvi. Modifications
xvii. Additions and alterations
The PE contract shall cover a number of master equipment types and its ancillary components. These Master Equipment types are detailed within the Tender documentation.
This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. It is considered a Defence and Security Contract due to its scope and therefore the relevant provisions of the Procurement Act 2023 relating to defence and security contracts are applicable.
The Purification Equipment contract will be initially for five (5) years however the contract shall include two irrevocable one year options to extend the Contract by a further two years taking total contract duration if options invoked to be seven (7) years.
Total value (estimated)
- £41,666,666 excluding VAT
- £50,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 July 2026 to 30 June 2031
- Possible extension to 30 June 2033
- 7 years
Description of possible extension:
Option to extend the Contract for up to two (2) years in any combination of durations
Options
The right to additional purchases while the contract is valid.
The right to additional purchases while the contract is valid.
Main procurement category
Services
CPV classifications
- 35512000 - Submarines
- 35512100 - Strategic submarine nuclear fuelled
- 35512200 - Attack submarine nuclear fuelled
- 50000000 - Repair and maintenance services
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
Details can be found within the Conditions of Participation (COP) and Procurement Specific Questionnaire (PSQ). Please log into the DSP and access via this link: https://contracts.mod.uk/go/711829030199E89BB4E9
Technical ability conditions of participation
Details can be found within the Conditions of Participation (COP) and Procurement Specific Questionnaire (PSQ). Please log into the DSP and access via this link: https://contracts.mod.uk/go/711829030199E89BB4E9
Submission
Enquiry deadline
14 November 2025, 11:59pm
Submission type
Requests to participate
Deadline for requests to participate
21 November 2025, 11:59pm
Submission address and any special instructions
Submissions should be made via the Defence Sourcing Portal (DSP). In order to access the COP and PSQ, please log into the DSP and access via this link: Please log into the DSP and access via this link: https://contracts.mod.uk/go/711829030199E89BB4E9
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 June 2026
Recurring procurement
Publication date of next tender notice (estimated): 30 June 2031
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
Special regime
Defence and security
Competitive flexible procedure description
The Procurement Specific Questionnaire (PSQ) (including Conditions of Participation) is available within the Defence Sourcing Portal (DSP) and will be used to down-select between suppliers to be invited to Tender. This will also include the assessment of whether a supplier, its connected persons, associated persons or any intended subcontractors are excluded or excludable persons and whether the suppliers are UK suppliers under the Procurement Act. A clarification process will be used during the PSQ period to allow suppliers to seek clarification from the Authority.
Within the PSQ there are Pass/Fail questions and suppliers are required to pass all of the questions to be eligible to be invited to Tender.
An Invitation to Tender (ITT) will be issued to those successful at PSQ. A clarification process will be used during the tendering period to allow suppliers to seek clarification from the Authority. 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.
The following supplementary processes may be used, with further details set out in the additional tender documents;
• Clarifications - during the tender evaluation period
• Negotiations - following evaluation of the Tender
• Supplier presentations / site visits - during the Tender, and Tender Evaluation period
• Final Tenders - following negotiations, if used
• Preferred Supplier Stage - to confirm solutions and/or finalise the draft contract.
The Authority reserves the right to amend the procurement, where such amendment would not be substantial, as follows, including and not limited to;
• amendments to the tender documents which may provide clarification
• refining the specification as the competitive flexible procedure progresses
• reducing timescales.
If any amendments are made, the Authority will consider whether any applicable tender deadlines should be revised, and whether any tender documents or notices need to be re-issued.
Documents
Documents to be provided after the tender notice
All Tender Documentation shall be provided via the Defence Sourcing Portal.
In order to access the Conditions of Participation (COP) and Procurement Specific Questionnaire (PSQ), please log into the Defence Sourcing Portal, and access COP and PSQ via this link: https://contracts.mod.uk/go/711829030199E89BB4E9
Contracting authority
Submarine Delivery Agency
- Public Procurement Organisation Number: PBHX-4625-LVPD
MOD Abbey Wood
Bristol
BS34 8JH
United Kingdom
Contact name: Emma Hart
Email: Emma.Hart102@mod.gov.uk
Website: https://www.gov.uk/government/organisations/submarine-delivery-agency
Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Organisation type: Public authority - central government