Supply of Construction Professional Services for a minimum of 5 years with an option to extend a maximum extra 3 years increase in 1 yearly increments. Work will be awarded as and when required during the five year period to align with the USVF (United States Visiting Forces) works pipeline. The service provider will infill service gaps where DIO themselves are unable to fill and provide additional capability in periods of high demand. Call off from CCS RM6165 Framework.
Expressions of Interest are requested for the below works:
The MOD have identified that there is a requirement to invest and develop the Urban Training Facilities across the UK Defence Training Estate. One national Urban Training Facility and four regional Urban Training Facilities have been identified to have consultation services undertaken to conduct desktop and site based surveys, analysis and designs up to RIBA stage two. Outputs for each site are:
• All services to facilitate RIBA stages 0 – 2.
• Feasibility study to identify key risks, issues and opportunities.
• Conceptual designs for each site, inclusive of 3D modelling, visualisations and fly through presentations.
• Sustainability assessments to include but not limited to, ecological, environmental, archaeological, etc.
• Site surveys to include but not limited to, topography (LiDAR mapping), utilities (electricity supply, water, drainage), existing infrastructure (suitability for use/conversion), etc.
• Investigate and advise on, local authority planning viability, considerations, constraints, etc. Where applicable to include pre-planning engagement with local authorities and other statutory bodies.
• Provision of cost analysis and rough order of cost for each site development.
The MOD have provided User Requirement Documents that specify the outputs for each location. The intent is to provide the following zoned areas at the Urban Training Facilities:
• Residential / Urban.
• Retail.
• Industrial, light and heavy.
• Transportation, i.e. sections of railroad, motorway, etc.
• Rural.
• Sub-terrain facilities.
• Trenches.
The Urban Training Facilities will also require full ‘After Action Review’ capabilities that are interoperable between site and other Urban Training assets on the Defence Estate.
Expected Contract Start date 09/01/22.
Required contract Completion Date 31/03/23.
https://www.contracts.mod.uk/go/119944920183CC6B43DF
Defence Infrastructure Organisation, Ministry of DefenceWAC-288954
Expressions of Interest are requested for the below works:
The Copehill Down Village (CDV) Urban Training facility was designed in the mid 1980’s to enable training for Operations in Built up Areas. At some point, Building 20 was ‘converted’ into office and welfare for use by the site management team.
The structure is cast in-situ concrete and concrete blockwork with timber framing and Supalux fibreboard cladding. Due to the breakdown of the weathering surface, water ingress has occurred. Patch repairs are impractical as all elevations are affected to significant extent. It will be necessary to erect a sheeted scaffold to allow the existing cladding to be safely removed.
A design has been completed under a separate contract which calls for Rockpanel Stone rain screen cladding system with insulation beneath. Existing crenellations will be in-filled and clad over. The flat roof of the observation deck will be replaced with single ply membrane and insulation.
Welfare facilities on the first floor consist of two toilets, a small kitchenette and a rest room will be thoroughly refurbished and redecorated.
Construction is to be completed by March 2023.
PQQ Link: https://www.contracts.mod.uk/go/0212602601842E4FDBCA
Defence Infrastructure Organisation, Ministry of DefenceWAC-287055
Expressions of Interest are requested for the below works:
The existing Target comprises of 2 no. coal barges, which are approximately 30 metres each in length with the deck sitting roughly 4 metres above the sea bed.
The range has been in use since 1926, due to this the discovery of unexploded ordinance is common throughout the entire area which is also a Site of Special Scientific Interest (SSSI). Due to the age, the target is no longer serviceable and now requires full replacement due to sustained heavy attrition from users and tides over the years.
The Works; - The proposed development is for the construction and positioning of two new barges within the air range at the target. The new targets will be formed of two barges that will be 30m in length by 6m in width and 5m in height orientated alongside the existing targets. These new barges will form a 60m long target at 5m high. The new target barges will be constructed off-site with flooding ports, which can be sealed for transport and opened once in position.
The work scope is as follows:
- Off-site construction of 2no. new target barges including workshop drawings
- Transportation to site
- Undertake Unexploded Ordnance Survey and removal as required prior to siting
- Clear Unexploded Ordnance around new barge position
- Lay temporary ground moorings to support new barges during grounding
- Tow barge 1 to site and secure to ground moorings
- Flood barge and monitor position over 2 tides
- Tow barge 2 to site and secure to ground moorings
- Flood barge and monitor position over 2 tides
- Remove temporary ground moorings
The purpose of the Measured Term Contract is to carry out all electrical works services as well as all electrical PPM for the British Forces Brunei Estate. The Electrical MTC will ensure the site remains compliant while reducing risk and health and safety issues.
The provision of quality Soft Facilities Management (SFM) services to the Defence community is a key enabler of supporting operational capability and supporting the health, well-being, satisfaction, and motivation of Service personnel.
The contracts which currently deliver these services, known as HESTIA, consolidated over 70 Multi-Activity Contracts (MACs) and successfully delivered a core set of standardised SFM services to the UK Defence estate through 7 regional contracts. These contracts are currently due to expire in 2026 and 2027.
Defence Soft Facilities Management (UK Estate) Programme will deliver quality and consistent replacement SFM regional 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.
The Defence Soft Facilities Management (UK Estate) Programme contributes to Defence Infrastructure Organisation's (DIO) commitment to deliver key Defence services by ensuring that Defence continues to Mobilise, Modernise and Transform.
The DIO is seeking expressions of interest, via the completion of the Procurement Specific Questionnaire (PSQ), from Potential Providers (PPs) for managing and delivering the Defence Soft Facilities Management services detailed in this tender notice.
Further information regarding the scope of the contracts can be found in the Regional Information Booklets (RIBs). The RIBs will also include background information regarding the Defence Soft Facilities Management (UK Estate) Programme, the services required and an overview of the establishments per region. During the life of the contracts there may be growth or reduction in estate driven by changes in defence outputs / requirements.
The Authority intends to use win restrictions as part of the evaluation methodology, details of the win restriction principles can be found in the Procurement Specific Questionnaire guidance document.
Potential Providers must complete the Conflict-of-Interest declaration that will be made available as part of the PSQ supporting documents and to inform the Authority whether they have identified from this review any actual, potential or perceived conflicts of interest arising from the Potential Provider or any other identified party's participation in the procurement.
Please note that any incumbent supplier that has been shortlisted to participate in the ITT will be required sign the Ethical Walls Agreement made available as part of the PSQ supporting documents. Failure to do so may result in the Potential Provider being excluded from further participation in the procurement process.
The documents made available to Potential Providers via AWARD are;
- 20250830-DEF SFM PSQ Guidance Document-v1.0
- 20250707_Appendix 1_DEF SFM PSQ Guidance_V1
- 20241007_Appendix 2_PSQ_Plan_DEF SFM_PSQ_Technical Questions
- 20250808_DEF SFM_Conflict of Interest Declaration Form
- 20250813_Ethical Walls Agreement
- Regional Information Booklets
- 20250813_DEF SFM_PSQ Certificate of Performance
- 20250813_DEF SFM_PSQ_Similar Contracts Previous 3 Years
- 20250902_Market Engagement Questions and Answers 19 Aug 25
- 20250819-DEF SFM Industry Engagement Aug 25
In order to access these documents and submit a PSQ response Potential Providers will be required to sign a confidentiality agreement. This will be made available to Potential Providers as part of the AWARD portal registration process. The link to which is below.
https://award.commercedecisions.com/dsp/web/project/f2ef6551-e502-4046-a482-decd8d465876/register
The provision of quality Soft Facilities Management (SFM) services to the Defence community is a key enabler of supporting operational capability and supporting the health, well-being, satisfaction, and motivation of Service personnel.
The contracts which currently deliver these services, known as HESTIA, consolidated over 70 Multi-Activity Contracts (MACs) and successfully delivered a core set of standardised SFM services to the UK Defence estate through 7 regional contracts. These contracts are currently due to expire in 2026 and 2027.
Defence Soft Facilities Management (UK Estate) Programme will deliver quality and consistent replacement SFM regional 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.
The Defence Soft Facilities Management (UK Estate) Programme contributes to Defence Infrastructure Organisation's (DIO) commitment to deliver key Defence services by ensuring that Defence continues to Mobilise, Modernise and Transform.
The DIO is seeking expressions of interest, via the completion of the Procurement Specific Questionnaire (PSQ), from Potential Providers (PPs) for managing and delivering the Defence Soft Facilities Management services detailed in this tender notice.
Further information regarding the scope of the contracts can be found in the Regional Information Booklets (RIBs). The RIBs will also include background information regarding the Defence Soft Facilities Management (UK Estate) Programme, the services required and an overview of the establishments per region. During the life of the contracts there may be growth or reduction in estate driven by changes in defence outputs / requirements.
The Authority intends to use win restrictions as part of the evaluation methodology, details of the win restriction principles can be found in the Procurement Specific Questionnaire guidance document.
Potential Providers must complete the Conflict-of-Interest declaration that will be made available as part of the PSQ supporting documents and to inform the Authority whether they have identified from this review any actual, potential or perceived conflicts of interest arising from the Potential Provider or any other identified party's participation in the procurement.
Please note that any incumbent supplier that has been shortlisted to participate in the ITT will be required sign the Ethical Walls Agreement made available as part of the PSQ supporting documents. Failure to do so may result in the Potential Provider being excluded from further participation in the procurement process.
The documents made available to Potential Providers via AWARD are;
- 20250830-DEF SFM PSQ Guidance Document-v1.0
- 20250707_Appendix 1_DEF SFM PSQ Guidance_V1
- 20241007_Appendix 2_PSQ_Plan_DEF SFM_PSQ_Technical Questions
- 20250808_DEF SFM_Conflict of Interest Declaration Form
- 20250813_Ethical Walls Agreement
- Regional Information Booklets
- 20250813_DEF SFM_PSQ Certificate of Performance
- 20250813_DEF SFM_PSQ_Similar Contracts Previous 3 Years
- 20250902_Market Engagement Questions and Answers 19 Aug 25
- 20250819-DEF SFM Industry Engagement Aug 25
In order to access these documents and submit a PSQ response Potential Providers will be required to sign a confidentiality agreement. This will be made available to Potential Providers as part of the AWARD portal registration process. The link to which is below.
https://award.commercedecisions.com/dsp/web/project/f2ef6551-e502-4046-a482-decd8d465876/register
The Defence Infrastructure Organisation (DIO) on behalf of the Ministry of Defence (MOD), is looking to secure the provision of end-to-end WWW services for the MOD’s specified estate in England and Wales, through a single Managed Service Provider (MSP).
MOD has a significant and geographically dispersed WWW estate in England and Wales with a combination of public supply and its own private water network. The Contract will go-live in 2 main stages with Wales and South-West England going first on 01 Dec 2028, with the rest of England on 30 Mar 2030, with the other smaller requirements going live as the Authority’s other contracts and agreements expire or earlier with the agreement of the MSP.
The Defence Water Services Programme (DWSP) will deliver a single contract to effectively support, manage and assure supply chain WWW service provision, delivering a common user experience across the England and Wales estate. Due to the extent and dispersed nature of MOD WWW assets, the MSP will need to demonstrate all technical competencies required to deliver the full spectrum of WWW services which may include but may not be limited to:
Operational Water and Wastewater Services
Water Abstraction & Treatment Water Abstraction & Treatment
Abstraction licensing management
Water resource management
Operation and maintenance of raw water reservoirs and water treatment works
Provision of emergency water supplies and alternative supplies for security and resilience
Long-term asset management planning
Potable Water Distribution & Measurement Maintenance of water mains and service pipes
Lead pipe replacement
Operation and maintenance of service reservoirs, booster pumps and Pressure Reducing Valves (PRVs)
Additional dosing
Metering and measurement
Pre-planned maintenance and reactive repairs
Proactive investment planning
Long-term asset management planning
Non-Potable Water Systems (e.g. Fire Mains) Operation and maintenance of emergency water storage, dedicated fire mains, valves and hydrants, softened water systems and saltwater systems
Pre-planned maintenance and reactive repairs
Proactive investment planning
Wastewater Collection (Sewerage & Pumping) Sewage collection and sewerage systems
Operation and maintenance of sewage pumping stations, rising mains, combined sewer overflows
Resolve sewer blockages and flooding
Long-term asset management planning
Wastewater Treatment & Discharge Sewage treatment
Management of discharge consents/permits
MCERTS calibration and reporting
Sludge treatment and disposal
Pre-planned maintenance and reactive repairs
Proactive investment
Long-term asset management planning
Surface Water Systems Operation and maintenance of oil water interceptors, surface water sewers and surface water discharges
Flood defences and surface water flooding management
Reactive repairs
Proactive investment
Long-term asset management planning
Helpdesk & Stakeholder Management 24/7 omnichannel helpdesk
Incident management and emergency Water and Wastewater services
Job triage, scheduling, and feedback
Complaints resolution
Performance management
Water and Wastewater Sampling & Analysis Water and Wastewater quality sampling
Specialist laboratory and testing
Reporting
Specific sampling and analysis services
Water and Wastewater Management Services
Statutory Undertaker (SU) & Retailer Charges SU relationship management
Cost forecasting
SU annual negotiations
Maximum Daily Demand (MDD) tariffs management
Management of trade effluent discharge consents
Retailer contract negotiation
Issue resolution
Estate Development & Change Liaison with estate development teams and developers
Approvals for WWW connections
Acceptance and management of third-party assets
Management of MOD Third-Party agreements Easements and access rights
MOD customer management and charging
Third party agreements and base separations
Supplier Management Appointment and management of suppliers
Small to medium sized enterprise (SME) analysis
Other Services
Energy management Implementation of an energy management strategy
Network optimisation Advise MOD on asset optimisation
Identify over/under capacity
Recommend removal of surplus or redundant assets
Security and Resilience of Supply Collaborate with MOD to mitigate security and supply resilience issues
Demand Supply Balancing Ensure a sustainable water supply that meets actual and forecasted demand
Meter Calibration Verify and adjust water meter accuracy
Anomaly Investigation
Detection of unusual behaviours in water systems
Analysis of deviations from normal operations
Response to anomalies across the water cycle
Licensing and Permit Management Management of licenses and permits
Innovation Support MOD in driving and implementing innovation
Further information regarding the scope of the contract and the key features of the future arrangements can be found in the DWSP Concept Paper. During the life of the contract there may be growth or reduction in estate driven by changes in defence outputs and requirements.
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.
Defence Infrastructure OrganisationWest Midlands13 May 2026WAC-580076