← Back to opportunities

Application Development & Support

Defence Equipment and Support

Buyer Contact Info

Buyer Name: Defence Equipment and Support

Buyer Address: MOD Abbey Wood, Bristol, UKK12, BS34 8JH, United Kingdom

Contact Email: DESLESTSP-SEEC-Commercial@mod.gov.uk

Status
active
Procedure
selective
Value
10250000.0 GBP
Gross: 12300000 GBP
Published
15 Aug 2025, 12:40
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
72231000 - Development of software for military applications
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/049140-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: 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.

Lot 1 Value: GBP 10,250,000

Lot 1 Value (Gross): GBP 12,300,000

Lot 1 Contract Start: 2026-07-01T00:00:00+01:00

Lot 1 Contract End: 2030-06-30T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Conditions of Participation - PSQ

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PVRL-5831-GLMM",
    "name": "Defence Equipment and Support"
  },
  "date": "2025-08-15T13:40:18+01:00",
  "id": "049140-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-0516f4",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Bristol",
        "postalCode": "BS34 8JH",
        "region": "UKK12",
        "streetAddress": "MOD Abbey Wood"
      },
      "contactPoint": {
        "email": "DESLESTSP-SEEC-Commercial@mod.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.gov.uk/government/organisations/defence-equipment-and-support"
      },
      "id": "GB-PPON-PVRL-5831-GLMM",
      "identifier": {
        "id": "PVRL-5831-GLMM",
        "scheme": "GB-PPON"
      },
      "name": "Defence Equipment and Support",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-11-24T23:59:59+00:00"
    },
    "contractTerms": {
      "financialTerms": "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.\nPayment 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\u0026F) electronic procurement tool. Further details are provided in the draft contract which will be provided as part of the ITT."
    },
    "description": "The requirement is for the development and in service support of Application Development \u0026 Support (ADAS). This will include software development and support for the following: \n   - Development and continued availability of an application store.\n   - 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.   \n   - Integration of commercial off the shelf (COTS) applications onto the application store.\nThe suppliers will be required to support DE\u0026S with rapid, insightful, and cost-effective decisions to ensure the sustainment of the UK defence operations.\nThe 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.\nThe 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.\nThe in-service support shall include, but not limited to maintaining availability of the applications and the application store.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "accessDetails": "Documents will be provided to support to PSQ and ITT,  all documents will be avaiable via the DSP. \nFor 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.",
        "documentType": "biddingDocuments",
        "id": "future"
      },
      {
        "datePublished": "2025-08-15T13:40:18+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "049140-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/049140-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-09-12T23:59:00+01:00"
    },
    "expressionOfInterestDeadline": "2025-09-26T23:59:00+01:00",
    "id": "712050456",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Development of software for military applications",
            "id": "72231000",
            "scheme": "CPV"
          },
          {
            "description": "IT software development services",
            "id": "72212517",
            "scheme": "CPV"
          },
          {
            "description": "Programming services of application software",
            "id": "72212000",
            "scheme": "CPV"
          },
          {
            "description": "Development software development services",
            "id": "72212983",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "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. Most questions in stage 1 and 2 are pass/fail questions. Questions where a \u0027fail\u0027 or a score of 0 will result in exclusion from the competition has been clearly identified within the evaluation criteria against each question in the PSQ Conditions of Participation Methodology document.\nQuestions within the Technical Ability and Project Experience (within stage 2) are weighted and scored (0/30/70/100).  The weighting for this section is 100%.",
              "name": "Conditions of Participation - PSQ",
              "type": "quality"
            }
          ],
          "weightingDescription": "The award crtieria for the PSQ."
        },
        "contractPeriod": {
          "endDate": "2030-06-30T23:59:59+01:00",
          "startDate": "2026-07-01T00:00:00+01:00"
        },
        "hasOptions": true,
        "id": "1",
        "options": {
          "description": "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."
        },
        "secondStage": {
          "maximumCandidates": 6,
          "minimumCandidates": 1
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "The legal and financial capacity conditions of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation.\nSuppliers, associated persons and tier one \u0026 two suppliers are required registered on the Central Digital Platform and share up-to-date information.\nThe 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.\nPlease see section 1.13 on the PSQ and the supporting document for full information on financial requirements.\nStage 1 - Qualification (Pass / Fail)\nPart 1 - Confirmation of core supplier information\n\u2022\tDocumentation\n\u2022\tPreliminary SI Basic Information\n\u2022\tConfirmation of CDP SI Basic Information\nPart 2 - Additional exclusion information\n\u2022\tAssociated Persons\n\u2022\tList of all Intended Sub-Contractors\n\u2022\tSubcontractors CDP Information\nPart 3 - Conditions of participation\n\u2022\tElectronic Trading\n\u2022\tDefence and Security Questions\n\u2022\tSecurity of Information\n\u2022\tFinancial Assessment\nSuppliers must pass stage 1 to progress to stage 2 of the PSQ. Questions where a \u0027fail\u0027 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.",
              "type": "economic"
            },
            {
              "description": "The technical condition of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation.\nStage 2 - Technical (Pass / Fail and Scored)\nPart 3 - Conditions of Participation\n\u2022\tSustainable Procurement\n\u2022\tRussian / Belarusian Entities\n\u2022\tInsurance\n\u2022\tData Protection\n\u2022\tTechnical Ability and Project Experience\n\u2022\tExperience of Sub-contractor Management\n\u2022\tHealth and Safety\n\u2022\tTackling Modern Slavery in Supply Chains\nQuestions where a \u0027fail\u0027 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.",
              "type": "technical"
            },
            {
              "description": "The top six fully compliant suppliers with the highest technical scores shall be invited to take part in the Invitation to Tender (ITT).",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "value": {
          "amount": 10250000,
          "amountGross": 12300000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "The Application Development and Support contract is being procured through the Competitive Flexible Procedure in accordance with the Procurement Act 2023 (\u0027The Act\u0027).\nThe following steps will be used to decide which supplier progress to Invitation to Tender;\n\u2022\tProject 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). \nInvitation to Tender (ITT), the evaluation shall include various stages in order to arrive at contract award;\n\u2022\tBidder\u2019s conference \u2013 Shortly after the ITT is issued, the tenderers will be invited to a Bidder\u2019s Conference to learn more about the Authorities requirements and background to the ITT. \n\u2022\tPaper 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. \n\u2022\tPresentation stage \u2013 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. \n\u2022\tPartial second ITT evaluation \u2013 The sections of the ITT which are covered in the presentation will be re-evaluated by the Authority following the suppliers\u2019 presentations.; scores can increase, decrease or remain the same. \n\u2022\tContract award \u2013 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. \nFull information on how the procurement procedure including evaluation criteria, strategy and stages of evaluation will be provided within the ITT guidance. \nThe Authority reserves the right under the Procurement Act 2023 to:\n   -To cancel the procurement procedure at any stage.\n   - Not to award a contract as a result of the procurement process.\n   - 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)).\n   - Make non substantial modifications, during a competitive flexible procedure, up to the deadline of the final tendering stage (section 31(2)(a)).\n   - Refine or supplement the award criteria during a competitive flexible procedure (section 24(1)).\nIf there are any changes to the procedure, this will be set out in the ITT supporting documentation."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "riskDetails": "There is a risk that some of the applications (or data to be contained within them) will need to be developed at TOP SECRET.",
    "specialRegime": [
      "defenceSecurity"
    ],
    "status": "active",
    "submissionMethodDetails": "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\nThe DSP Opportunity listing for the PSQ can be found here - https://contracts.mod.uk/go/0598293001989EB899F4",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "Application Development \u0026 Support",
    "value": {
      "amount": 10250000,
      "amountGross": 12300000,
      "currency": "GBP"
    }
  }
}