Scope
Description
The Lyneham Technical Training Project (LTTP) will deliver engineering and technical training at MOD Lyneham for the following schools:
1. Defence School of Electrical and Mechanical Engineering (DSEME)
2. No 4 School of Technical Training (4SoTT)
3. 8th Battalion and REME Arms School (RAS)
4. Defence School of Aeronautical Engineering (DSAE)
5. School of Army Aeronautical Engineering (SAAE)
LTTP will deliver the following services:
1. Business Management
2. Legal, Regulatory & Safety (related to training)
3. Support to Learning
4. Learning Design
5. Learning Planning
6. Learning Delivery & Governance
7. Equipment Support (GFX)
8. International Defence & Wider Markets Training
The below information shows the LTTP procurement timeline, which is indicative and could change as the procurement progresses:
COP Live: November 2025 - December 2025
COP Evaluation: December 2025 - January 2026
COP Results: January 2026
ITT Launch: February 2026
ITT Close: February - March 2026
Evaluation period: March - April 2026
Consensus & Moderation: April - May 2026
Negotiation Phase: June 2026
Negotiation phase Evaluation of final tenders: July 2026
Negotiation phase moderation and consensus: July 2026
Preferred Bidder Selected: August 2026
Award Recommendation report: August 2026
Total value (estimated)
- £170,000,000 excluding VAT
- £204,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 November 2026 to 31 October 2030
- Possible extension to 31 October 2032
- 6 years
Description of possible extension:
The Authority has the right to extend LTTP for option periods. The construct of LTTP is therefore: 4+1+1. The estimated contract value (£170,000,000) is inclusive of these option periods. The estimated value of the 4 years is £115,000,000.
Options
The right to additional purchases while the contract is valid.
The LTTP Contract contains option periods, the first with the following dates: 01 November 2030 - 31 October 2031. The second with the following dates: 01 November 2031 - 31 October 2032. The Authority reserves the right to agree lengths of extensions as deemed appropriate by the Authority up to the maximum two year period.
Main procurement category
Services
CPV classifications
- 80531200 - Technical training services
Contract locations
- UK - United Kingdom
Justification for not using lots
Considering the close integration required of each of the scope areas to deliver bespoke and highly specialist engineering and technical training, it was deemed not value for money to lot LTTP.
Participation
Legal and financial capacity conditions of participation
As outlined in the PSQ and PSQ Assessment Methodology documents.
Technical ability conditions of participation
As outlined in the PSQ and PSQ Assessment Methodology documents.
Submission
Enquiry deadline
28 November 2025, 11:59pm
Submission type
Requests to participate
Deadline for requests to participate
8 December 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
30 August 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Non-Cost | Tehcnical Capability: 35% Delivery and Implementation: 25% Social Value: 10% Full details of the evaluation methodology and negotiation process will be provided in the ITT documentation to Potential... |
Quality | 70% |
| Cost | Commercial Submission Full details of the evaluation methodology and negotiation process will be provided in the ITT documentation to Potential Suppliers who are shortlisted to the ITT stage. The... |
Price | 30% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Defence and security
Competitive flexible procedure description
This procurement will be conducted under the competitive flexible procedure in accordance with the Procurement Act 2023. This multi-stage procurement process will consist of the following stages:
1. PSQ - Procurement Specific Questionnaire
2. ITT - Initial Tender Stage
3. Negotiation Phase
4. ISFT - Invitation to submit final Tender
Conditions of Participation (COP):
Suppliers will be required to demonstrate that they meet the minimum standard for LTTP and will be assessed on the following areas on a pass/fail basis as outlined in the PSQ and PSQ Assessment Methodology Guidance Documents issued at the same time as this notice. Suppliers who pass the PSQ stage will then be invited to submit tenders at the ITT stage.
• Legal
• Financial
• Technical Capability
Invitation to Tender (ITT) and Negotiation:
The contract will be awarded on the basis of the MAT (Most advantageous Tender), assessed on a combination of quality and cost to achieve best overall Value for Money.
The competitive flexible procedure will include a negotiation phase during which shortlisted suppliers will be invited to refine and clarify their proposal in order to submit their final tender.
The final evaluation and contract award will be based solely on the award criteria and weightings set out in the ITT documentation. Full details of the evaluation methodology and negotiation process will be provided in the ITT documentation to suppliers that satisfy the COP and are shortlisted to the ITT stage.
Documents
Documents to be provided after the tender notice
The PSQ and PSQ Assessment Methodology will be published on the Defence Sourcing Portal (DSP) via the submission address link included in this notice. Details of submission instructions can be found in the PSQ Assessment Methodology document.
Contracting authority
Ministry of Defence
- Public Procurement Organisation Number: PHVX-4316-ZVGZ
RAF High Wycombe
High Wycombe
HP14 4UE
United Kingdom
Email: air-commercialgroupmailbox@mod.gov.uk
Website: https://www.gov.uk/government/organisations/ministry-of-defence
Region: UKJ13 - Buckinghamshire CC
Organisation type: Public authority - central government