Buyer Name: Defence Equipment and Support
Buyer Address: MOD Abbey Wood, Bristol, UKK12, BS34 8JH, United Kingdom
Contact Name: Aaron White
Contact Email: DESCommercial-MHC-MS@mod.gov.uk
Buyer Name: Defence Equipment and Support
Buyer Address: MOD Abbey Wood, Bristol, UKK12, BS34 8JH, United Kingdom
Contact Name: Aaron White
Contact Email: DESCommercial-MHC-MS@mod.gov.uk
Mine Hunting Capability (MHC) Team Block 2 procurement of Unmanned Underwater Vehicles, associated equipment and in-service support.
External Link: https://www.find-tender.service.gov.uk/Notice/068099-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: The proposed contract will include an option for the purchase of an additional quantity of UUVs, which will be exercised in the event that The Authority identifies a requirement for the procurement of similar or identical equipment.
Lot 1 Value: GBP 125,000,000
Lot 1 Value (Gross): GBP 150,000,000
Lot 1 Contract Start: 2026-06-30T00:00:00+01:00
Lot 1 Contract End: 2031-09-30T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Commercial Compliance
Lot 1 Award Criterion (price): Pricing Compliance
Lot 1 Award Criterion (quality): Technical Score
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PVRL-5831-GLMM",
"name": "Defence Equipment and Support"
},
"date": "2025-10-24T10:58:09+01:00",
"id": "068099-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-0502d1",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Bristol",
"postalCode": "BS34 8JH",
"region": "UKK12",
"streetAddress": "MOD Abbey Wood"
},
"contactPoint": {
"email": "DESCommercial-MHC-MS@mod.gov.uk",
"name": "Aaron White"
},
"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": "2026-06-01T23:59:59+01:00"
},
"description": "Mine Hunting Capability (MHC) Team Block 2 procurement of Unmanned Underwater Vehicles, associated equipment and in-service support.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"accessDetails": "Following the conclusion of the PSQ stage, The Authority will issue the full tender pack for this requirement to all Tenderers. The tender pack will contain the full details of how the remainder of the procurement process will be assessed including tender assessment questions and associated scoring criteria, details for how In-Water Confidence Assessments (IWCAs) are to be conducted and the process for The Authority\u2019s negotiation with the Preferred Bidder(s).\nTender packs will be issued via the DSP.",
"documentType": "biddingDocuments",
"id": "future"
},
{
"documentType": "biddingDocuments",
"format": "application/pdf",
"id": "A-6585",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-6585"
},
{
"documentType": "biddingDocuments",
"format": "application/pdf",
"id": "A-6586",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-6586"
},
{
"datePublished": "2025-10-24T10:58:09+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "068099-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/068099-2025"
}
],
"expressionOfInterestDeadline": "2025-11-21T12:00:00+00:00",
"id": "714195450",
"items": [
{
"additionalClassifications": [
{
"description": "Unmanned underwater vehicles",
"id": "35512400",
"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": "Compliance with stated instructions and submission guidelines.",
"name": "Commercial Compliance",
"type": "quality"
},
{
"description": "Pricing quoted is within the stated \u0027Maximum Price\u0027 figures included within the tender pack.",
"name": "Pricing Compliance",
"type": "price"
},
{
"description": "Compliant tender responses will be further assessed against a range of technical and project management-related criteria. The Tenderer that achieves the highest scoring tender response will be selected as the Preferred Bidder.",
"name": "Technical Score",
"type": "quality"
}
],
"weightingDescription": "100% Technical Weighting.\nTender responses will be assessed via the Most Advantageous Tender (MAT) methodology, utilising the award criteria of Best Technically Affordable Tender. Tender responses will be assessed initially against their commercial compliance with stated instructions and submission guidelines, before an assessment that the prices quoted are within the stated maximum prices that will be included within the tender pack. The commercial compliance and pricing assessments will be scored on a pass/fail basis, and responses that score a \u2018fail\u2019 in either or both of these areas will result in the Tenderer\u2019s response being deemed non-compliant and excluded from both further assessment and the overall procurement process. \nTender responses which pass both the commercial compliance and pricing assessments will be deemed compliant.\nCompliant tender responses will be further assessed against a range of technical and project management-related criteria. The Tenderer that achieves the highest scoring tender response in these assessments will be selected as the Preferred Bidder.\nSee UK 4 Supporting Information Document attached here and to the DSP Opportunity Notice for more details.\nLink to DSP Opportunity Notice: https://contracts.mod.uk/go/711260180196389D0E82"
},
"contractPeriod": {
"endDate": "2031-09-30T23:59:59+01:00",
"maxExtentDate": "2033-09-30T23:59:59+01:00",
"startDate": "2026-06-30T00:00:00+01:00"
},
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "The proposed contract will include an option for the purchase of an additional quantity of UUVs, which will be exercised in the event that The Authority identifies a requirement for the procurement of similar or identical equipment."
},
"renewal": {
"description": "The proposed contract will include two options to extend the term of the agreement by an additional year each. These options will be exercised by The Authority in the event it requires an extended period of equipment support."
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "Please refer to the attached Procurement Specific Questionnaire Guidance Document.",
"type": "economic"
},
{
"description": "Please refer to the attached Procurement Specific Questionnaire Guidance Document.",
"type": "technical"
},
{
"description": "See attached PSQ Guidance Document for details of the PSQ assessment questions and scoring criteria: \nDSP Opportunity Notice can be accessed via this link:\nhttps://contracts.mod.uk/go/711260180196389D0E82",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"value": {
"amount": 125000000,
"amountGross": 150000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "goods",
"procedure": {
"features": "This procurement process will be comprised of the following stages: \n1. PSQ Stage (this stage) \nThis is the entry stage to this procurement process. Potential Providers are assessed on their technical and economic capacity to fulfil the requirement. \nPotential Providers register their interest in participating to The Authority by completing and submitting a response to the PSQ via the DSP. Following the PSQ closing date, The Authority will assess all PSQ responses against the stated assessment criteria (the conditions of participation). The Authority will down-select the four* Potential Providers with the highest scores to qualify for participation. These down-selected Potential Providers will subsequently become Tenderers, and will be invited to proceed to the next stage of the process and submit a tender for the requirement. \nThe PSQ can be accessed via the DSP Opportunity Notice here: \nIt is anticipated that the PSQ down-selection and subsequent communication of the outcome to all Potential Providers will take place in December 2025. \n2. Tender Stage \nFollowing the conclusion of the PSQ stage, The Authority will issue the full tender pack for this requirement to all Tenderers. The tender pack will contain the full details of how the remainder of the procurement process will be assessed including tender assessment questions and associated scoring criteria, details for how In-Water Confidence Assessments (IWCAs) are to be conducted and the process for The Authority\u2019s negotiation with the Preferred Bidder(s). \nFollowing the issue of tender documentation, The Authority will facilitate a Tenderers Conference, where aspects of the requirement can be explained and initial clarification questions from Tenderers may be posed. \nTender responses will be assessed via the Most Advantageous Tender (MAT) methodology, utilising the award criteria of Best Technically Affordable Tender. \nTender responses will be assessed initially against their commercial compliance with stated instructions and submission guidelines, before an assessment that the prices quoted are within the stated maximum prices that will be included within the tender pack. The commercial compliance and pricing elements will be scored on a pass/fail basis, and responses that score a \u2018fail\u2019 in either or both of these areas will result in the Tenderer\u2019s response being deemed non-compliant and excluded from both further assessment and the overall procurement process. \nAfter the initial assessment, compliant tender responses will be further assessed against a range of technical and project management-related criteria. The assessment of the tender responses will be supplemented by the IWCAs conducted by each Tenderer with representatives present from The Authority. \nFurther information on the IWCAs can be found below. \nUpon the conclusion of tender assessments, Tenderers will be notified of their scores in accordance with the requirements of the Procurement Act 2023, and their tenders will be held in abeyance until the completion of the Negotiation Stage set out below. \nIt is anticipated that tender packs will be issued to Tenderers during January/February 2026. \nIWCAs \nTender responses which are deemed compliant following the initial commercial and pricing assessments will proceed to conduct the IWCA at an agreed date/time with Authority representatives present. \nThe IWCA serves as a mechanism for Tenderers to demonstrate and validate their proposed solutions through demonstrations, recorded tests, and supporting data, supplementing The Authority\u2019s assessment of their tender response. The Authority may also pose clarifying questions to address uncertainties identified in the Tenderer\u2019s response. The IWCA is not scored separately, nor does it involve a pass/fail judgement. \nApproximately 20% of the overall tender score may be influenced by the IWCA. This includes scoring of secondary technical requirements, where written evidence will be supported by IWCA data and observations, and scoring of the Tenderer\u2019s ability to deliver to schedule. In the latter, the IWCA will provide evidence of the maturity, robustness, and deliverability of the proposed solution in meeting The Authority\u2019s requirements. As such the evidence will complement the tender response and the approach taken with assessment will be consistent with the scoring guidance issued with the tender pack. \n3. Negotiation Stage \nThe Tenderer that achieves the highest scoring tender response will be selected as the Preferred Bidder, and will be invited to negotiate with The Authority on selected terms of the proposed contract. The specific terms that are permitted for negotiation will be detailed within the tender pack. In the event that an agreement on acceptable terms between The Authority and the Preferred Bidder cannot be reached within a reasonable timescale, The Authority will select the Tenderer that achieves the second-highest scoring tender response as the Preferred Bidder, and will enter into negotiations with that Tenderer. This process will continue as stated above until either an acceptable agreement between The Authority and a Preferred Bidder is reached, or no agreement is reached. In the event that an agreement is not reached The Authority reserves the right not to award a contract, and to cease the competitive procurement process. \n4. Contract Award \nUpon the conclusion of negotiations and subject to the agreement of acceptable contract terms between The Authority and the Preferred Bidder, The Authority will publish a UK 6 Contract Award Notice to notify industry that it intends to award the contract to the Preferred Bidder following the end of the 8 working day standstill period, followed by a UK 7 Contract Details Notice following contract award, which will mark the conclusion of the procurement process. \nPotential Providers should note that the anticipated timescales stated above are indicative, and The Authority reserves its right to amend these during the course of the procurement process. \n*As stated within the terms of the PSQ Guidance Document, in the event that two Potential Providers are assigned the same score and achieve fourth place in the down-selection, both of these entities will be invited to participate in the next stage of the procurement process, resulting in a total of five Tenderers.\n-----------------------------------------------------------------------------\nIn accordance with Section 24 of the Procurement Act 2023, The Authority reserves its right to amend the stated tender assessment and award criteria during this procurement process.\nIn accordance with Section 41 and Schedule 5 paragraph 8 of the Procurement Act 2023, The Authority intends to rely on the above-named direct award justification for the future procurement of similar goods and/or services within the applicable period of five years."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"specialRegime": [
"defenceSecurity"
],
"status": "active",
"submissionMethodDetails": "Please access the PSQ Guidance Document and Supporting Information Document via the attachments to this notice.\nDSP Opportunity Notice can be accessed via this link: https://contracts.mod.uk/go/711260180196389D0E82",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"title": "MHC Block 2 Procurement of Unmanned Underwater Vehicles (UUVs), Associated Equipment and Support",
"value": {
"amount": 125000000,
"amountGross": 150000000,
"currency": "GBP"
}
}
}