The UKs independent nuclear deterrent has existed for over 60 years to deter the most extreme threats to our national security and way of life, and that of our NATO Allies. UK nuclear policymakers will be confronted with an array of challenges in the coming decades, including from major nuclear armed states, emerging nuclear states and state-sponsored nuclear terrorism. The complexity and breadth of these challenges require the UK to consider how to adapt its approach to deterrence across the spectrum of conflict, including nuclear and strategic deterrence. This, in turn, requires an intellectual capability that can assist UK policymakers in understanding the new security dynamic and its implications for future deterrence requirements.
The MoD is committed to not only developing this expertise within Government, but through a thriving and robust civil society which can provide valuable research and challenge to Government on these issues. The Nuclear Deterrence Fund (NDF) is a £3.3m pilot programme which will run between FY24-27 to stimulate wider UK expertise in nuclear deterrence issues and to generate a research base to support nuclear deterrence policymaking.
The Nuclear Deterrence Fund is not currently accepting new applications.
Please monitor the Find a Tender Service for future opportunities.
View 51-notice timelineLatest notice released 30 Mar 2027
DefenceAmendment 2 noticesPast
Single source defence contracting statutory reporting: appraisal and evaluation methodology
The Defence Reform Act 2014 established the Single Source Regulations Office ("SSRO") as an independent regulator of the UK Government's procurement of single source military equipment and services. The SSRO is the custodian of the single source procurement framework and has several functions under the Act and the Single Source Contract Regulations 2014.
The SSRO is seeking to appoint a contractor to provide an appraisal and evaluation methodology in relation to statutory reporting on single source defence contracts.
The aim of this procurement is to award two contracts within the budgetary envelope set out in the notice. The military relies heavily on the Global Navigation Satellite Systems (GNSS) for positioning, navigation, and timing (PNT), but GNSS signals are vulnerable to interference. In addition, many environments in which our military operates (inside buildings, in urban canyons, under dense foliage, underwater, and underground) have limited or no GNSS signal availability. To solve this challenge, the Alt Nav programme seeks to provide GNSS-quality PNT to military users regardless of the operational environment. This involves the merging of data within the navigation system design to prolong the availability of the PNT solution from traditional and emerging sources. The Data Merging task is the subject of this competition.
The proposed contractor(s) shall attend project management meetings to discuss information inclusive of but not limited to progress on technology development, exploitation studies, lessons learnt, details of architecture. The proposed contractor(s) shall provide a technology demonstration proving maturation of data merging technology to a Technology Readiness Level (TRL) of 6 (TRL descriptions can be seen in additional text within this contract notice), followed by a technical report for contract completion. The project meetings, final report and demonstration will address the following themes:
Theme 1 - Preparing for near-term exploitation of Alt Nav technologies on existing MoD applications; defining and solving the engineering orientated problems of real-life examples of Data Merging and Theme 2 - Reporting lessons learned from the first task into MoD's ongoing Data Fusion Research and Development activities. In the event that Data Source contractor(s) are not able to mature the Interface Control Documentation (ICD) on time - work with the Authority to select appropriate, industry standard ICDs and data fields e.g:
- Mil GPS - GPS ICD-153 (available from the UK GNSS PO)
- Open Signal GNSS - NMEA-0183
- Inertial Measurement Unit - STANAG 4572 Open System Architecture Interface to enable simulator laboratory testing of integrated INS/GPS equipment (e.g. using SPIRENT's Sim INERTIAL simulation capability (or equivalent).
- Alt Nav Data Source - The ASPN interfaces from SET-309
- Illustrative Alt Nav Data source - based on STANAG 4278 Method of Expressing Navigation Accuracies and Draft STANAG 5645 GNSS Receiver Sensor Host ICD.
- The MoD's emerging Assured PNT characteristics
V2.0 to the ITT released on 21/04/2022, with the following amendments:
- Condition 46.6 updated to include 'Social Value Performance Indicators' section.
- Paragraph 4.2.5 within the Statement of the Requirements at Annex A to Schedule 2 amended to include Social Value Performance Reporting.
- Section B to DEFFORM 47 - Key Tendering Activities table updated to include date and time of Tenderer's Conference.
V3.0 to the ITT issued on 06/05/2022
Additional information:
TRL Levels:
TRL 1 Basic principles observed and reported.
TRL 2 Technology concept and/or application formulated.
TRL 3 Analytical and experimental critical function and/or characteristic proof-of-concept.
TRL 4 Technology basic validation in a laboratory environment.
TRL 5 Technology basic validation in a relevant environment.
TRL 6 Technology model or prototype demonstration in a relevant environment.
TRL 7 Technology prototype demonstration in an operational environment.
TRL 8 Actual Technology completed and qualified through test and demonstration.
TRL 9 Actual Technology qualified through successful mission operations.
Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once)
- Browse to the eSourcing Portal https://contracts.mod.uk/
- Click the "Click here to register" link
- Accept the terms and conditions and click "continue"
- Enter your correct business and user details
- Note the username you chose and click "Save" when complete
- You will shortly receive an email with your unique password (please keep this secure)
2. Express an Interest in the tender
- Login to the portal with the username/password
- Click the "PQQs Open to All Suppliers" link. (These are Pre-Qualification Questionnaires open to any
registered supplier)
- Click on the relevant PQQ to access the content.
- Click the "Express Interest" button in the "Actions" box on the left-hand side of the page.
- This will move the PQQ into your "My PQQs" page. (This is a secure area reserved for your projects
only)
- Click on the PQQ code, you can now access any attachments by clicking the "Settings and Buyer
Attachments" in the "Actions" box
3. Responding to the tender
- You can now choose to "Reply" or "Reject" (please give a reason if rejecting)
- You can now use the 'Messages' function to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
- There may be a mixture of online & offline actions for you to perform (there is detailed online help
available)
If you require any further assistance please consult the online help, or contact the eTendering help
desk.
The performance of the contract is subject to Contractor being able to hold information up to SECRET and obtaining Facility Security Clearance (previously known as List-X). Personnel performing the contract will also require Security Check (SC) at Contract Award.
NAM wishes to appoint a suitably qualified contractor to undertake the strip out of an existing gallery and the construction of a new exhibition in the vacated space as outlined in the attached documents and priced in accordance with Annex E - Template for Pricing, which should be read in conjunction with all the design drawings in Annex F (separate cover). The contractor is responsible for confirming their own measurements from site and producing As Built drawings for sign off by the Client. Full detailed drawings of each element will be produced by the exhibition designer, but the attached drawings are deemed sufficient for pricing.
VOLUNTARY TRANSPARENCY NOTICE FOR TRANSPARENCY PURPOSES ONLY - requirement is being procured under ESPO Framework Agreement 24_21 Commercial and Industrial Laundry Equipment. The Cyber Risk Profile for this Requirement, identified by the Cyber risk Assessment, is Not Applicable (Reference - 972699037). IR35 requirements do not apply.
GB-Rollestone Camp: Urban Fighting Skills House Construction
The construction of an Urban Fighting Skills House which excludes the Specialist Fit Out. All aspects of the construction to deliver a complete fully functioning building are required based upon the available, base and, site-specific designs. The construction includes but is not limited to all groundworks, foundations, drainage, HV connections, steel frame and integration of Specialist Fit Out Elements. This will include contractor design proposals for various elements.
Wessex Reserve Forces and Cadets Association are seeking suitably qualified contractors to tender for the construction of a new vehicle maintenance workshop and storage facility at the Army Reserve Centre, Keynsham, Bristol.
Minimum of Constructionline 'Silver' with SSIP
WESSEX RESERVE FORCES' AND CADETS' ASSOCIATIONSouth EastWAC-338073
City of London & City of London Police Occupational Health Physician Contract
The City of London Corporation (the City) invites Tenders for the provision of City of London & City of London Police Occupational Health Physician Contract.
The City of London Corporation (COL) and the City of London Police (COLP) Occupational Health Services (OHS) merged in October 2012. This Tender is for the provision of an Occupational Health Physician (OHP) services for both the City of London Corporation, a local authority, and the City of London Police Force.
The contract will be entered into by the City in its capacity as a local authority, and its capacity as a Police Authority for the City.
The COL require an experienced OHP 1 day per week for 45 weeks per year. The contract will be for 2 years with the possibility of review and continuation for a further 2 years subject to satisfactory and effective service delivery. It could be delivered by an Associate of the Faculty of Occupational Medicine (AFOM), or trainee being supervised.
The COLP require an experienced OHP for 1 day per week for 45 weeks plus 17 additional days. The additional days are to meet the Force requirement for recruitment and associated management meetings relating to recruitment and fitness to work procedure and advice. The COLP may require further recruitment days over and above the 17 additional days that may be required.
The duration of the contract is 2 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2. The maximum length of the contract is therefore 4 years.
The estimated contract value given is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore £400,000.00
Additional information: Please register on www.capitalesourcing.com in order to express your interest .
Please register on www.capitalesourcing.com in order to express your interest .
703085450 - The Provision of a Pathology Specimen Referral Service for Overseas Bases - Contract Notice
This Contract is classified at Official Sensitive (OS) under Public Contract Regulations (PCR) 2015
Estimated contract value: £145,000
1. Background
1.1. The requirement will be issued by Defence Medical Services (DMS).
1.2. This is for the provision of a coherent specimen referral and assay service to support all permanent Authority overseas locations and deployed units.
2. Requirement Overview
2.1. The Contractor will be responsible for producing an electronic Laboratory Handbook to list all tests available in-house, with sample requirements, pre-analytical requirements, and estimated turnaround time (TAT) coherent with the RCPath guidelines.
2.2. Sample testing include, but are not limited to, Bio, Micro, Histo, Haem and Cyto.
2.3. The average number of tests over a 12-month period is 3000, however due to the unpredictability of the referral service, usage may decline or increase during the lifetime of the contract.
2.4. It is the responsibility of the Authority to organise and coordinate shipment of all samples specimens
2.5. The Contractor will be expected to provide a 24 hour, 365/year sample collection/processing service and email or telephone contact for monitoring transportation of samples.
2.6. A 24-hour telephone service from a pathologist/clinical scientist/biomedical scientist will also be necessary for providing the Authority with technical advice on haematology, clinical chemistry, microbiology, and cellular pathology results/issues.
2.7 A fast and secure method that conforms to the General Data Protection Regulations must be executed for delivering results to the Authority and agreed failsafe measures shall be implemented to ensure DMS patient safety and compliance with national service standards.
Additional information: A link to the Invitation to Tender on Defence Sourcing Portal:
A link to the Invitation to Tender on Defence Sourcing Portal:
702555451- Provision of Centre for Historical Analysis and Conflict Research
This is an opportunity to enter in to the DPQQ for CHACR. The DPQQ opens on 14/04/22 and will close on 19/05/22. Following this evaluation, successful Reponses will be invited to submit a proposal via the ITT.
The requirement is for the re-contracting of the Centre for Historic Analysis and Conflict Research (CHACR). The CHACR's updated purpose is to 'energise and assist with the engagement of Army personnel with the Conceptual Component' of the British Army by harnessing its internal intellectual potential to the most appropriate external insights. This will ensure that future Army decisions to develop and employ land power will be founded on the most current and accurate assessments of the operating environment.
Additional information: Attachments can be found under the DSP notice. This contains the draft ITT documents, draft contract and DPQQ Questions and guidance.
Attachments can be found under the DSP notice. This contains the draft ITT documents, draft contract and DPQQ Questions and guidance.
NOTE: This notice was updated on 31 May 2022 for the following reason: Tender Deadline has been extended as insufficient Submissions were received to enable set-up of desired Framework Agreement.(The Borough Council of King's Lynn and West Norfolk intends to form a Framework Agreement for routine and emergency repairs to the Hunstanton coastal defences. This Framework will likely consist of 3 or 4 Contractors with the final number to be determined by the Council.)
Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Borough Council of King's Lynn & West NorfolkWAC-335953
As part of the National Museum of the Royal Navy's conservation project of HMS Victory there will be a significant increase in the requirement to handle large quantities of a variety of materials in the Historic Ships Workshops at the NMRN's Portsmouth site.
The NMRN intend to obtain a forklift that is able to move palletised loads, timber baulks and free-standing objects on and off the racking and between all 3 bays.
For example the baulks of stored timber are stored on 2 aisles of cantilever racking. Aisle width 3.3m, top level of racking 7.5m and roof truss height 8.9m. Similarly accessing the rigging store and large objects from the museum collection on a mix of cantilever and standard racking both free-standing and palletised. The top level of racking is 5.5m and roof truss height 8.9m. With the maximum weight of the items specified up above reaching approximately 3,000kg.
After consulting industry professionals, it was agreed that a Combilift C4000E with the following specifications was required;
MODEL
• C4000 ET (Electric)
CAPACITY
• 4000kgs @ 600mm load centres
MAST
• Quad
• 7600mm lift height
• 2835mm closed height
• 1890mm free lift
CONTROLS
• Standard individual hydraulic levers
• Joystick directional control
DRIVERS CAB
• Full enclosed cabin (Includes all glass, wipers & heater) - Wide Cabin (75mm Wider - 50mm Front, 25mm Rear)
• Fully adjustable deep suspension seat with retractable seat belt, Back up alarm
WHEELS & TYRES
• Solid Rubber front Tyres (406mm x 220mm),
• Super Elastic rear Tyre (680mm x 255mm)
BATTERY/CHARGER
• 80v 620Ah battery including auto fill
• 80v 80Ah 3phase (high frequency) charger
FORKS/PLATFORM
• 1200 x 150 x 50mm forks
• 1200mm platform depth
• Rubber mats on platform
ATTACHMENT/SPREADBAR
• Hydraulic fork positioner (closed width 455mm, maximum open width 1315mm) (outside to outside of forks) - Spreader bar bracket
• 6000mm Spreader Bar - inc. 2 Std forks (If FTP req'd, please also add) (70mm loss in platform) (5.3m - 6m)
LIGHTING
• 4 x LED Work lights (2 forward & 2 sideward)
• Flashing beacon
NOTE- Outright purchase would be preferred, with a maintenance service option (if available).
Site Visits must be arranged in advance due to the Historic Ships Workshop located in a secure area, please contact tenders@nmrn.org.uk to book your site visit.
THE NATIONAL MUSEUM OF THE ROYAL NAVYSouth EastWAC-334804
70169445 - Contracts Finder ITT Transparency Notice
THIS NOTICE IS FOR THE PURPOSES OF TRANSPARENCY ONLY. THIS OPPORTUNITY WAS PREVIOUSLY ADVERTISED AND EXPRESSIONS OF INTEREST ARE NOT REQUIRED. THE PREVIOUS NOTICE PUBLISHED IN ASSOCIATION WITH THIS REQUIREMENT CAN BE FOUND AT THE FOLLOWING LINK.
https://www.contractsfinder.service.gov.uk/Notice/3816b476-bdfe-4058-a1c4-9b80cd27d9f2
Dstl have a requirement to purchase up to 5 active and/or passive anti vibration solutions for vibration sensitive equipment being relocated to Porton Down.
A solution is required for:
1. Raith 150 Scanning Electron Microscope (SEM)
2. FEI V400ACE Focused Ion Beam (FIB)
3. MultiProbe MP2b Nanoprober (also referred to as Atomic Force Prober - AFP)
4. Bruker Dimension Edge Atomic Force Microscope (AFM)
5. Zeiss EVO 15 Scanning Electron Microscope (SEM)
Dstl sets out to confirm the requirement is being procured in individual lots, and can be reviewed on the Defence Sourcing Portal under Project: CHESS-0000008326 - Anti-Vibration System Procurement
Defence Science and Technology LaboratoryWAC-327835
703264452 Develop Concepts of Operation for Autonomous Underwater Vehicles
The duration of this competition has been extended; now closing on 20 Jun 2022.
Following PIN 2021/S 000-028279 available at: https://www.find-tender.service.gov.uk/Notice/028279-2021
Project ATLANTIS vision and Maritime Underwater Future Capability (MUFC) employs a combination of submarine (SSN(R)) and autonomous off-board systems. Autonomous Underwater Vehicles (AUV) are regarded as a key component of future underwater and covert operations.
Three non-lethal mission sets (Anti-Submarine/Surface Warfare; Intelligence, Surveillance and Reconnaissance; and Seabed Warfare) will be used by the study to consider AUV operational employment over the next 30 years. In each of the three cases, the output comprises a CONOPS including the full range of operational employment of vehicle and systems and an outline of the likely operational constraints, particularly technical challenges.
The CONOPS will be presented in the form of a Joint Concept Note. This is this to be presented in hard copy as well as soft copies.
Please find further detail within the Invitation to Tender Document at:
Specific Conditions of Tendering
The Tenderers' attention is drawn to the following:
a. Contract Award will be dependent upon the Winning Tenderer:
- The winning tenderer providing evidence of all workers handling information up to SECRET for the duration of the contract being in receipt of valid Security Check (SC) Security Clearance or obtaining SC Security Clearance by Service Commencement Date. The SC Security Clearance is to be valid for the duration of the proposed contract;
- holding at least provisional List X status by final Tender return and obtaining full List X status by Service Commencement Date, for any site at which it will hold SECRET classified information.
If the Winning Tenderer is unable to meet any of the above, the Authority retains the right to consider the tenderer non-compliant and award the Contract to the next highest placed Tenderer.
703860450 - Purchase of Small Electric Vehicles for British Forces Cyprus
The return deadline for this requirement has been extended. Invitation to Tender V2.0 must be used and amended dates have been highlighted in red.
This requirement is for the purchase of up to four small electric vehicles for the British Forces Cyprus electric vehicle pilot. Vehicles must be delivered commercially to Cyprus and ongoing warranty and servicing must be available on island. Please see the statement of requirements within the Invitation to Tender document for full details.
ITT for Provision of 1 x 10 kg capacity washing machine and 1 x 10 kg capacity tumble dryer purchase or lease with 5 year maintenance support package to HMS Victory.
IRM22/7595 - The Supply of Spares, Consumables and Accessories for the Land Rover Wolf platform
Babcock Land Defence Limited - acting as agent to the UK Ministry of Defence ("the Authority") - has under consideration a two year plus one option year Single Operator Framework Agreement for The Supply of Spares, Consumables and Accessories for the Land Rover Wolf platform.
All items within the scope of requirement are codified to NATO Stock Numbers (NSNs). Tenderers shall be provided with NATO Stock Numbers and shall be informed of any required applicable compliance standards. Tenderers shall be expected to provide items which comply with the requirements of CSIS (the
Codification Support Information Systems maintained by the United Kingdom National Codification Bureau).
This Contract is intended to include circa of up to 3k items identified as being in scope for Land Rover Wolf supporting UK Ministry of Defence's vehicle fleet with an advertised contract value of £15 million. For the purpose of this ITT and based on forecast data, c950 will be competed.
The Contract shall be awarded to the bidder who provides the most economically advantageous tender based on the basket of goods provided in Annex A to Schedule 2 - Price List and responses to the Obsolescence, Quality and Social Values questions.
Babcock Land Defence Limited reserve the right to add further items of a similar nature to the contract post award (over and above those items envisaged to be added to contract).
The resulting contract shall contain a set of Key Performance Indicators to measure performance in areas such as delivery and quality, and shall include remedies for poor performance.
The Authority shall award the Contract in accordance with the evaluation criteria which will be detailed in the Invitation to Tender.