Loading page content…
Loading page content…
103 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
DIO will be carrying out an External Assistance engagement Event 23 April 13:0 using MS TEAMS. The event aims to provide industry with information about opportunities in the upcoming Defence Water Services Programme (DWSP), Aquatrine Expiry project, and wider DIO PFI portfolios. DIO will provide clarity regarding how DIO contracts for External Assistance (EA) are awarded, what types of EA may be required and how suppliers can get involved. Crown Commercial Services will give a talk on their framework and how competitions are undertaken within categories or “Lots”. Further topics to be included will be focused on the Terms and Conditions of DIO contracts including - Security, IPR and Conflict of Interest. A Question-and-Answer session will be available to the audience with the ability to provide feedback on the event. The aim of the event is to provide an upfront transparent view of the potential requirements in the DIO PFI portfolio and provide clarity on contracting terms and processes with a view to conducting informed and successful future competitions. Slides presented and all Questions and Answers will be shared after the event with attendees and with those who registered an interest.
£5,000,000
Contract value
DIO will be carrying out an External Assistance engagement Event 23 April 13:0 using MS TEAMS. The event aims to provide industry with information about opportunities in the upcoming Defence Water Services Programme (DWSP), Aquatrine Expiry project, and wider DIO PFI portfolios. DIO will provide clarity regarding how DIO contracts for External Assistance (EA) are awarded, what types of EA may be required and how suppliers can get involved. Crown Commercial Services will give a talk on their framework and how competitions are undertaken within categories or “Lots”. Further topics to be included will be focused on the Terms and Conditions of DIO contracts including - Security, IPR and Conflict of Interest. A Question-and-Answer session will be available to the audience with the ability to provide feedback on the event. The aim of the event is to provide an upfront transparent view of the potential requirements in the DIO PFI portfolio and provide clarity on contracting terms and processes with a view to conducting informed and successful future competitions. Slides presented and all Questions and Answers will be shared after the event with attendees and with those who registered an interest.
£5,000,000
Contract value
Defence Soft Facilities Management (UK Estate) will deliver quality and consistent replacement regional Soft Facilities Management contracts which demonstrate value for money and affordability, whilst meeting current and future requirements. The contracts will also seek opportunities to enhance the Lived Experience for the Defence community by incorporating/addressing the opportunities for improvement identified throughout the life of the current contracts, brought about by changes in MOD policy, and in consultation with our customers. Services required will include; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; Stores and armouries; as well as other required FM services. The contracts will initially run for 7 years. There is estimated to be extension options for up to a further 3 years.
£3,792,056,000
Contract value
Defence Soft Facilities Management (UK Estate) will deliver quality and consistent replacement regional Soft Facilities Management contracts which demonstrate value for money and affordability, whilst meeting current and future requirements. The contracts will also seek opportunities to enhance the Lived Experience for the Defence community by incorporating/addressing the opportunities for improvement identified throughout the life of the current contracts, brought about by changes in MOD policy, and in consultation with our customers. Services required will include; Management services; Catering services; Retail & Leisure Services; Helpdesk Services; Mess Accommodation Services; Cleaning Services; Waste management services; Support services; Stores and armouries; as well as other required FM services. The contracts will initially run for 7 years. There is estimated to be extension options for up to a further 3 years.
£3,792,056,000
Contract value
Defence Infrastructure Organisation (DIO) is conducting research to better understand the capabilities of the market and to support the development of Delivery Model for future accommodation services for the Defence Estate.
Value undisclosed
Defence Infrastructure Organisation (DIO) is conducting research to better understand the capabilities of the market and to support the development of Delivery Model for future accommodation services for the Defence Estate.
Value undisclosed
The Defence Infrastructure Organisation (DIO) on behalf of the Ministry of Defence (MoD), is looking to secure the provision of end to end Water and Wastewater services including the Operation and Maintenance (O&M) of the MoD's private water network through a single, national Managed Service Provider (MSP). This notice seeks to inform Industry of a change to the planned Industry Day agenda, and in addition invite questions and comments regarding the published "Concept Document" which can be accessed at the following link: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=60136 DIO will endeavour to provide responses to questions submitted before Friday 10th October at the Industry Day (14th October 2025). The Industry Day will be an opportunity for Industry to engage with the DWSP Team, DIO representatives and wider industry. Potential topics may include the following: 1. MSP & Future Arrangements 2. The Procurement Process options There will be networking opportunities with other Industry providers including Small and Medium Enterprises (SMEs). DIO will publish all questions and responses via Contracts Finder including additional questions raised at the Industry Day by Friday 24th October. You are requested to send your questions to: DIOComrcl-PFIExpiryTeam@mod.gov.uk In issuing this Notice, DIO is not committing to carry out any procurement in relation to the requirements stated in this Notice. Non-participation in the Industry Day will not preclude any organisation from participating in any future competition.
£2,600,000,000
Contract value
The Defence Infrastructure Organisation (DIO), in partnership with the London Borough of Hounslow (LBH) and the Greater London Authority (GLA), will be launching a competition to secure a development partner for the re-development of the Feltham Barracks site. The DIO, LBH and GLA have recently entered into a Collaboration Agreement that promotes joint working between the parties to enable the successful redevelopment of the Site. Originally a War Office depot, it became known for its military intelligence facilities. The site is earmarked for closure and the DIO are working the LBH and the GLA to bring forward the site for a mixed-tenure residential development. The site is key for two national government priorities: 1. The site is part of a programme to deliver capital receipts for the operational UK Defence budget in line with government priorities for UK security. 2. The site is part of the DIO’s ‘Trailblazer’ portfolio intended to accelerate and maximise housing delivery in line with government priorities for housebuilding. The DIO proposes to enter into a Development Agreement with a developer and transfer the site on satisfaction of conditions. The developer will be responsible for securing detailed planning consent; funding and delivering the scheme in accordance with a number of landowner parameters. The DIO will be responsible for providing vacant possession in accordance with an agreed programme.
£475,000,000
Contract value
UK 2 Preliminary Market Engagement notice for the supply of commercial and domestic electricity to MOD sites in Northern Ireland. The Defence Infrastructure Organisation (DIO), part of the UK Ministry of Defence (MOD), intends to procure the supply of electricity services for MOD establishments located in Northern Ireland (NI). Electricity is essential for sustaining daily operations across the MOD Estate, and continued supply is critical to maintaining full operational capability at all NI sites. The requirement covers the secure, reliable, and compliant provision of electricity to MOD locations across Northern Ireland. Continuity of supply is vital to ensure the ongoing operation of key facilities and infrastructure. A loss of electricity supply to MOD NI sites would have significant operational consequences, including: Rendering affected establishments inoperative where functional infrastructure relies on electricity. Creating potential health and safety risks for MOD personnel. The Authority therefore seeks a supplier capable of delivering dependable electricity services across the NI Estate to ensure operational continuity.
£22,000,000
Contract value
UK 2 Preliminary Market Engagement notice for the supply of commercial and domestic electricity to MOD sites in Northern Ireland. The Defence Infrastructure Organisation (DIO), part of the UK Ministry of Defence (MOD), intends to procure the supply of electricity services for MOD establishments located in Northern Ireland (NI). Electricity is essential for sustaining daily operations across the MOD Estate, and continued supply is critical to maintaining full operational capability at all NI sites. The requirement covers the secure, reliable, and compliant provision of electricity to MOD locations across Northern Ireland. Continuity of supply is vital to ensure the ongoing operation of key facilities and infrastructure. A loss of electricity supply to MOD NI sites would have significant operational consequences, including: Rendering affected establishments inoperative where functional infrastructure relies on electricity. Creating potential health and safety risks for MOD personnel. The Authority therefore seeks a supplier capable of delivering dependable electricity services across the NI Estate to ensure operational continuity.
£18,018,000
Contract value
UK 1 Pipeline Notice for the supply of commercial and domestic electricity to MOD sites in Northern Ireland
£22,000,000
Contract value
UK 1 Pipeline Notice for the supply of commercial and domestic electricity to MOD sites in Northern Ireland. The Defence Infrastructure Organisation (DIO), part of the UK Ministry of Defence (MOD), intends to procure the supply of electricity services for MOD establishments located in Northern Ireland (NI). Electricity is essential for sustaining daily operations across the MOD Estate, and continued supply is critical to maintaining full operational capability at all NI sites. The requirement covers the secure, reliable, and compliant provision of electricity to MOD locations across Northern Ireland. Continuity of supply is vital to ensure the ongoing operation of key facilities and infrastructure. A loss of electricity supply to MOD NI sites would have significant operational consequences, including: Rendering affected establishments inoperative where functional infrastructure relies on electricity. Creating potential health and safety risks for MOD personnel. The Authority therefore seeks a supplier capable of delivering dependable electricity services across the NI Estate to ensure operational continuity.
£22,000,000
Contract value
UK 2 Preliminary Market Engagement notice for the supply of commercial and domestic electricity to MOD sites in Northern Ireland. The Defence Infrastructure Organisation (DIO), part of the UK Ministry of Defence (MOD), intends to procure the supply of electricity services for MOD establishments located in Northern Ireland (NI). Electricity is essential for sustaining daily operations across the MOD Estate, and continued supply is critical to maintaining full operational capability at all NI sites. The requirement covers the secure, reliable, and compliant provision of electricity to MOD locations across Northern Ireland. Continuity of supply is vital to ensure the ongoing operation of key facilities and infrastructure. A loss of electricity supply to MOD NI sites would have significant operational consequences, including: Rendering affected establishments inoperative where functional infrastructure relies on electricity. Creating potential health and safety risks for MOD personnel. The Authority therefore seeks a supplier capable of delivering dependable electricity services across the NI Estate to ensure operational continuity.
£18,010,000
Contract value
Objectives: The Ministry of Defence (MOD) is seeking Power Purchase Agreements (PPA) to reduce unit electricity costs, increase site energy resilience, limit price volatility risk from its energy portfolio, and support emissions reductions aligned with Government policy. PPA Type: Renewable energy supply for the RAF Wittering site via off-site direct wire connection. Target contract start date: 14/02/28. Volume: Procure power generation to meet up to approximately 2-5GWh/year of electricity consumption for RAF Wittering (total annual consumption of approximately 7.9GWh/year). Provision of higher offtake volumes is dependent on the ability to demonstrate value for money in energy costs achieved and resilience provision. Further, the site demand is expected to grow over the next ~15yrs, potentially 4-fold in electrical demand as more capability is brought onto site and the site decarbonises. Input on ability to support increasing scaling of volume, whilst minimising customer risk is sought. Sites: This procurement is for one site only at RAF Wittering, Peterborough through an off-site arrangement using a private wire. Contract duration: Seeking competitive energy prices for up to 25 years, with potential option to extend. Technology: Open to competitive proposals for Renewable Energy Guarantee of Origin (REGO) compliant technologies. The details provided in this notice are early indicative estimates and may be subject to change/refinement as a result of ongoing analysis and data collection. Previous market engagement: A virtual two‑hour supplier engagement session was held on 04/03/2025 to test early market views on high‑level PPA options and to support MOD’s understanding of market capabilities. Suppliers expressed strong appetite to engage and highlighted key considerations including avoiding over‑specification, clarifying roles and responsibilities, and addressing grid‑connection and MOD site factors that will shape the delivery approach. Social Value (SV): SV is a mandatory consideration in UK Government procurement. Any potential future tender will be assessed against the Government’s Social Value Model themes, ensuring delivery approaches contribute meaningful economic, social, and environmental benefits. Specific Model Award Criteria (MACs) to be utilised within the tender process will be confirmed should the requirement be taken forward. Modern Slavery: MOD must consider the potential of modern slavery at all stages of the procurement lifecycle. Please note this information will be required as part of the procurement process but is not required at this stage.
£36,500,000
Contract value
Objectives: The Ministry of Defence (MOD) is seeking Power Purchase Agreements (PPA) to reduce unit electricity costs, increase site energy resilience, limit price volatility risk from its energy portfolio, and support emissions reduction aligned with Government policy. PPA Type: Renewable energy supply for up to five sites via on-site direct wire connection. Target start date: Target contract start date 31/03/28. Volume: Procure power generation to meet up to approximately 4–12 GWh/year of combined electricity consumption across the portfolio of sites. Provision of higher offtake volumes is dependent on the ability to demonstrate value for money in energy costs achieved and resilience provision. The site portfolio is expected to have a total annual demand of approximately 35 GWh/year. The details provided in this notice are early indicative estimates and may be subject to change/refinement based on final site selection and ongoing data collection. Sites: Potential sites may include up to five sites suitable for on-site, direct wire connection utilising MOD land in the South of England, shortlisted from a longlist of ~30 identified sites throughout the UK. Contract duration: Seeking competitive energy prices for up to 25 years, with potential option to extend. The estimated contract dates are 31/03/28 to 30/03/53. Technology: Open to competitive proposals for Renewable Energy Guarantees of Origin (REGO) compliant technologies, with technology choice subject to site-by-site requirements and MOD review. Previous market engagement: A virtual two‑hour supplier engagement session was held on 04/03/2025 to test early market views on high‑level PPA options and to support MOD’s understanding of market capabilities. Suppliers expressed strong appetite to engage and highlighted key considerations including avoiding over‑specification, clarifying roles and responsibilities, and addressing grid‑connection and MOD site factors that will shape the delivery approach.
£246,913,129
Contract value
The Ministry of Defence (The Authority) is developing its requirement for an end to end cloud-base software platform to support its Serviced Family Accommodation (SFA) Programme. The Service Family Accommodation (SFA) Programme is a nationwide programme delivered by the Defence Infrastructure Organisation to provide safe, compliant and high-quality housing for Service personnel and their families across the UK. The programme comprises around 49,000 homes, forming one of the largest and most diverse residential property portfolios in the public sector, with significant variation in property age, type and condition. Its scope includes responsive and planned maintenance, upgrades, compliance with statutory and MOD standards and targeted investment to improve condition, safety and sustainability. The programme aligns with the recently published Defence Housing Strategy, which sets out a long-term vision to improve the lived experience for Service families and support recruitment and retention. As part of this strategy, Defence is transitioning to Defence Housing Services (DHS), (or use Authority instead of DHS) creating a more integrated and customer-focused housing delivery model that brings together accommodation management, maintenance and assurance under a single approach. The requirement is for a platform that is envisaged to be an End to End solution. It is required to manage all the key business processes delivered by a typical Housing Association. The Authority is looking for flexibility and future-proofing with a likely 10 year system lifespan. As such the Authority is keen for minimisation of vendor dependency and is looking for freedom to independently evolve the solution post-implementation. It is envisaged that the platform will need to meet the following key capabilities: • A Family-centric design allowing for a single view of the family / household that brings together occupancies, properties, repairs, allocations, complaints, vulnerability indicators and communications processes in one place. • Functionality and access for families, back office roles, and field operatives • Case management (the ability to group and manage different tasks as a single case) as a core capability. • The ability for configuration over custom development. Allow for processes, workflows, screens, data fields and business rules to be configured using low-code/no-code tools, and how the Authority could adapt the system over time without heavy supplier dependence. • Omni-channel engagement: Ability for cases to be created and managed across multiple channels (e.g. phone, email, web forms, portal, messaging) with a consistent experience for families. • Family self-service: A configurable digital portal that allows families to raise requests, track progress, receive updates and communicate with the Authority, without requiring separate systems. • Integration: A platform that is designed to integrate easily with finance systems, document management, telephony and other specialist housing or corporate systems. • Reporting and insight: Embedded, real-time reporting and dashboards that operational users and managers can configure themselves, without reliance on external or complex BI tools for day-to-day insight. • Security, compliance and resilience: Ability for role-based access control, audit trails, data protection controls and compliance with UK public-sector security standards. • Upgrade and change model: Ability for upgrades and change to be delivered, without disruption, regression testing or bespoke redevelopment. • Evidence of supplier’s experience in successfully delivering the information systems required for the effective operation of UK Housing Associations or Social Housing providers. Ideally with a history of working with multiple UK Housing Associations or Social Housing providers.
£55,000,000
Contract value
Procurement of Microsoft Surface Hubs for 2025-2026 under Crown Commercial Services Framework RM6098. The information in this UK1 Pipeline Notice is purely for information, and no further details are available at this stage. Please do not contact the DIO contracting authority regarding this UK1 Pipeline Notice. Further details will be provided in a future tender notice if the opportunity progresses.’’
£291,666.76
Contract value
Route to market: CCS RM6308 Furniture and Associated Services 2, Lot 2- MOD Office The DIO Smarter Working Programme delivered organisational changes at 18 sites between 2017 and 2024. Following successful deployment, there is now a requirement for an additional, linked programme of works to support a variety of workstreams including but not limited to; ensuring those sites which received the first iteration of Smarter Working design principles align with MOD’s Future Workplace Strategy, provide ongoing maintenance to previously deployed sites, implement at new hub sites under the direction of DIO’s Location Committee.
£375,000
Contract value
UK 1 Pipeline Notice for the supply of commercial and domestic electricity to MOD sites in Northern Ireland
£18,018,000
Contract value
Procurement of Technical Support to Delivery and Intelligence Call Off Contract under Crown Commercial Services Framework RM6165 - Construction Professional Services A three year professional services support contract to deliver a complete design package refresh of Building Performance Standards. This is to ensure all the currently held drawings, room data sheets, calculators, design specifications and other supporting information is current and in line with Building Regulations, other relevant legislation, industry best practice and Government targets. The information in this UK1 Pipeline Notice is purely for information, and no further details are available at this stage. Please do not contact the DIO contracting authority regarding this UK1 Pipeline Notice. Further details will be provided in a future tender notice if the opportunity progresses
£750,000
Contract value
Showing 1–20 of 103 contracts