Buyer Name: Ministry of Defence
Buyer Address: MOD Main Building, London, UKI32, SW1A 2HB, United Kingdom
Contact Name: Akofoworola Olayanju
Contact Email: ukstratcom-comrcl-di@mod.gov.uk
Buyer Name: Ministry of Defence
Buyer Address: MOD Main Building, London, UKI32, SW1A 2HB, United Kingdom
Contact Name: Akofoworola Olayanju
Contact Email: ukstratcom-comrcl-di@mod.gov.uk
The No. 1 Aeronautical Information Documents Unit (No. 1 AIDU) is responsible for processing aeronautical information used in navigation, flight planning, terrain and obstacle awareness, and flight deck displays. This work is carried out using the latest quality management principles, as the information directly impacts flight safety. Due to the nature of the data being processed, No. 1 AIDU must comply with European Directive 76B (ED-76B), in line with standards set by the European Organisation for Civil Aviation Equipment (EUROCAE). Consequently, No. 1 AIDU has identified the need to assess its processes against ED-76B to maintain annual re-accreditation over a three-year period, with an option to extend for an additional two years.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/079566-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: There is potential for the Authority to invoke the additional two-year extension option for this contract, with the second year being an unfunded option year, subject to internal approvals and governance processes.
Lot 1 Value: GBP 223,266.66
Lot 1 Value (Gross): GBP 267,919.99
Lot 1 Contract Start: 2026-02-04T00:00:00+00:00
Lot 1 Contract End: 2029-02-03T23:59:59+00:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (cost): Please refer to ITT documents (Section D of the DEFFORM 47)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PHVX-4316-ZVGZ",
"name": "Ministry of Defence"
},
"date": "2025-12-04T09:15:57Z",
"id": "079566-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05ee6b",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SW1A 2HB",
"region": "UKI32",
"streetAddress": "MOD Main Building"
},
"contactPoint": {
"email": "ukstratcom-comrcl-di@mod.gov.uk",
"name": "Akofoworola Olayanju"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-PPON-PHVX-4316-ZVGZ",
"identifier": {
"id": "PHVX-4316-ZVGZ",
"scheme": "GB-PPON"
},
"name": "Ministry of Defence",
"roles": [
"buyer"
]
}
],
"planning": {
"noEngagementNoticeRationale": "The contracting authority has a strong understanding of the market and potential suppliers, informed by previous similar requirements and comprehensive market research. A Preliminary Market Engagement notice was considered but deemed unlikely to add further value beyond what the tender notice could provide."
},
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-02-04T23:59:59+00:00"
},
"description": "The No. 1 Aeronautical Information Documents Unit (No. 1 AIDU) is responsible for processing aeronautical information used in navigation, flight planning, terrain and obstacle awareness, and flight deck displays. This work is carried out using the latest quality management principles, as the information directly impacts flight safety.\nDue to the nature of the data being processed, No. 1 AIDU must comply with European Directive 76B (ED-76B), in line with standards set by the European Organisation for Civil Aviation Equipment (EUROCAE). Consequently, No. 1 AIDU has identified the need to assess its processes against ED-76B to maintain annual re-accreditation over a three-year period, with an option to extend for an additional two years.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-12-04T09:15:57Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "079566-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/079566-2025"
}
],
"enquiryPeriod": {
"endDate": "2026-01-05T15:00:00+00:00"
},
"id": "715600475",
"items": [
{
"additionalClassifications": [
{
"description": "Auditing services",
"id": "79212000",
"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": [
{
"name": "Please refer to ITT documents (Section D of the DEFFORM 47)",
"type": "cost"
}
],
"weightingDescription": "The tender evaluation will be conducted using the Value for Money Index (VFMI) to determine the Most Advantageous Tender (MAT). VFMI is calculated by dividing the total non-cost score, which includes both technical and social value components, by the tender cost.\nThe Social Value (SV) score will be weighted at 10 percent of the overall technical score. The technical score itself constitutes 90 percent of the total non-cost score.\u201d"
},
"contractPeriod": {
"endDate": "2029-02-03T23:59:59+00:00",
"startDate": "2026-02-04T00:00:00+00:00"
},
"hasOptions": true,
"id": "1",
"options": {
"description": "There is potential for the Authority to invoke the additional two-year extension option for this contract, with the second year being an unfunded option year, subject to internal approvals and governance processes."
},
"selectionCriteria": {
"criteria": [
{
"description": "Completion of all fields in the Pre-Qualification Questionnaire (PSQ) on the Defence Sourcing Portal (DSP) is mandatory. In order for your tender to be evaluated, suppliers must answer all conditions of participation questions set out in the PSQ, including Technical Ability and Project Experience. Suppliers must achieve a \u2018Pass\u2019 for all pass/fail questions and upload all requested information, certifications, and evidence in response to each question.\nPlease note: Only suppliers who successfully pass the PSQ will progress to the Invitation to Tender (ITT) stage.\nThe tender evaluation will identify the Most Advantageous Tender (MAT) for the Authority, based on the criteria set out in the Invitation to Tender (ITT). Full details of the evaluation process and requirements are provided in the ITT document.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"value": {
"amount": 223266.66,
"amountGross": 267919.99,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"status": "active",
"submissionMethodDetails": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=60575",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-01-19T10:00:00+00:00"
},
"title": "The Assessment of Production Process Against ED-76B - UK 4",
"value": {
"amount": 223266.66,
"amountGross": 267919.99,
"currency": "GBP"
}
}
}