Scope
Reference
FDSS UK1
Description
The Authority requirement is for a Supplier to provide under a one Lot Model:
• A Sourcing, Procurement and Inventory Management (SP&IM) capability for the range of
materiel set out below (hereafter referred to as the SP&IM Materiel Range)
• A worldwide Storage & Stock Management capability for the SP&IM Materiel Range and
the full Authority Managed Materiel range of Defence Materiel, noting:
o Will include the receipt, store, maintenance, issue and disposal of materiel.
o Some items will require additional services e.g. inspection, repair, maintenance, service
and calibration as part of the receipt and issue process
• Load sortation, consolidation and cross-docking services
• A worldwide Movement & Distribution capability for the movement of Defence Materiel
incorporating all modes of transportation including Road, Rail, Air & Sea.
The SP&IM Materiel Range shall include items in the following 3 high-level ranges:
1. Support the Human Being (and Defence Animals) - items related to the life-support of Defence
personnel. Example scope of items include:
• Medical, Dental and Veterinary Equipment (MDVE) including Blood and Blood products
• Recreational and Athletic Equipment as well as Toiletries, Cleaning Equipment and Supplies
• Clothing, Individual Equipment and Insignia (includes Personal Protective Equipment)
• Subsistence (Food both fresh and packaged, Beverages)
2. Platform Componentry - items which are used to support higher level assemblies which form Defence
equipment's in the Land, Air and Maritime environments. Example scope of items include:
• Fire Control Equipment
• Aviation Spares and Components
• Maritime Spares and Components
• Land Spares and Components
• Batteries, Power and Electrical Components
• Construction, Fluid and Water Handling Equipment
• Heating, Ventilation, Air Conditioning, and Lighting components
• Bearings, Oils, Lubricants and Associated Products
• Agriculture and Materials Handling Equipment components
3. Off Platform - items which support Defence Outputs, but which are not intrinsic to vehicle/equipment
assemblies. Example of scope of items include:
• Tools and Workshop Equipment
• Construction and Materials
• Alarms, Signals and Stationery
• Furniture, Fittings and Lighting
• Hardware, Abrasives, Brushes, Paints and Adhesives
• Musical and Photographic Equipment
• Industrial Gases and Chemicals
Potential Future scope during the duration of the contract may include:
• Expansion of scope of sourcing, procurement and inventory management scope to increase range
of materiel under management in specified categories.
• Expansion and optimisation of storage and stock management network in terms of scale, type and purpose of
Storage and geographic location (including potential for international locations) and Contractors on Deployed Operations
(CONDO) support.
• Expansion of distribution and movement services in terms of scale, type and purpose of movement.
• Expansion of role in repair maintenance, repair and calibration of Medical equipment in support of medical equipment
• Increased scope of responsibility for disposal services.
The Authority's objective is to enhance resilience, agility, and scalability to better support the latest Defence Planning
Assumptions in the Defence Support and Supply Chain strategies.
This will include the need for MOD to reduce a proportion of MOD-owned warehousing estate
The scope of activity required by the Authority may require contractors to team with one or more companies
to deliver the full, end to end, output-based FDSS requirement using the suppliers underpinning IS/IT. By
its nature, MOD expects to see SME involvement in the sourcing of the commodities but managed
holistically by the winning Bidders.
Classification of Tender Documents is OFFICIAL - SENSITIVE
The Cyber Risk Profile is High - RAR-250417A05
The pricing model will be based on performance and will include incentivisation
The contract will be the Model Services Contract v.2.2 with narrative DEFCONs and bespoke
project-specific drafting.
The Common Procurement Vocabulary (CPV) Code is 75131000 - Government services
• Packaging and Handling Equipment
• Food Preparation Equipment and Agricultural Supplies
• Weapons, Weapon Spares and Ancillaries
Total value (estimated)
- £8,000,000,000 excluding VAT
- £9,600,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 5 June 2028 to 4 June 2038
- Possible extension to 5 June 2040
- 12 years, 1 day
Description of possible extension:
Contract can be extended by 2 x 12 months
Options
The right to additional purchases while the contract is valid.
additional scope that could be added to the FDSS contract are; further commodity procurement, additional warehousing and additional transportation requirements.
Main procurement category
Services
CPV classifications
- 75131000 - Government services
- 79991000 - Stock-control services
- 63120000 - Storage and warehousing services
- 63100000 - Cargo handling and storage services
- 63520000 - Transport agency services
- 63111000 - Container handling services
- 60160000 - Mail transport by road
- 60180000 - Hire of goods-transport vehicles with driver
- 60200000 - Railway transport services
- 60400000 - Air transport services
- 60640000 - Shipping operations
- 44100000 - Construction materials and associated items
- 44400000 - Miscellaneous fabricated products and related items
- 44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers
- 44423300 - Goods-handling equipment
- 42961400 - Dispatch system
- 15000000 - Food, beverages, tobacco and related products
- 39200000 - Furnishing
- 30190000 - Various office equipment and supplies
- 39100000 - Furniture
- 15800000 - Miscellaneous food products
- 18000000 - Clothing, footwear, luggage articles and accessories
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 44500000 - Tools, locks, keys, hinges, fasteners, chain and springs
- 24000000 - Chemical products
- 39800000 - Cleaning and polishing products
- 35800000 - Individual and support equipment
- 09211000 - Lubricating oils and lubricating agents
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 39500000 - Textile articles
- 03410000 - Wood
- 44440000 - Bearings
- 44800000 - Paints, varnishes and mastics
- 34731000 - Parts for aircraft
- 35100000 - Emergency and security equipment
- 34900000 - Miscellaneous transport equipment and spare parts
- 37300000 - Musical instruments and parts
- 38650000 - Photographic equipment
- 31625000 - Burglar and fire alarms
- 34300000 - Parts and accessories for vehicles and their engines
- 42130000 - Taps, cocks, valves and similar appliances
- 42500000 - Cooling and ventilation equipment
- 42600000 - Machine tools
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 44619000 - Other containers
- 22470000 - Manuals
- 37420000 - Gymnasium equipment
- 39162000 - Educational equipment
- 50000000 - Repair and maintenance services
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
as per the Procurement Specific Questionnaire (PSQ) that will accompany the Tender Notice
Technical ability conditions of participation
as per the Procurement Specific Questionnaire (PSQ) that will accompany the Tender Notice
Submission
Publication date of tender notice (estimated)
14 November 2025
Enquiry deadline
17 November 2025, 11:59pm
Submission type
Requests to participate
Deadline for requests to participate
1 December 2025, 11:59pm
Submission address and any special instructions
The FDSS Project Team is awaiting the outcomes of the final governance step before the team will be able to proceed to the publication of the Tender Notice (UK4)
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 October 2027
Procedure
Procedure type
Competitive flexible procedure
Special regime
Defence and security
Competitive flexible procedure description
Step 1 - Nov 25 Publish tender notice, and Procurement Specific Questionnaire (PSQ) along with associated interim
tender documents
Step 2 - Receive requests to participate along with completed PSQ
Step 3 - Determine whether the supplier is an excluded or excludable supplier
Step 4 - Evaluate PSQ's - Part 3a of the PSQ will be evaluated using a Pass/Fail mechanism.
Step 5 - Notify Suppliers of PSQ Pass/Fail - all Suppliers that Pass will be issued an ITN
Step 6 - Issue full set of Tender 1 Docs to all Suppliers that have passed the PSQ
Step 7 - Feb/Mar 26 Bidders conference will be held
Step 8 - Receive Tender 1 back from Bidders
Step 9 - Undertake evaluation in accordance with Award Criteria
Step 10 - Notify suppliers and invite to the next stage, the Negotiation phase, up to 3 Suppliers will be taken through to the negotiation phase.
Step 11 - Start negotiation phase
Step 12 - Issue Tender 2
Step 13 - Receive Tender 2 (final tender) back from Bidders
Step 14 - Assess final tender
Step 15 - Issue Assessment summaries
Step 16 - Publish contract Award Notice
Step 17 - Observe mandatory standstill period - minimum 8 working days
Step 18 - Enter into contract
Documents
Documents to be provided after the tender notice
via a link within the Tender Notice
Contracting authority
Defence Equipment and Support
- Public Procurement Organisation Number: PVRL-5831-GLMM
MOD Abbey Wood
Bristol
BS34 8JH
United Kingdom
Email: ukstratcom-defsp-fdss-mu@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