Tender

DGM/2057 - Munition Packaging Service

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

TenderAmendment

19 Dec 2024 at 14:29

Tender

19 Dec 2024 at 14:22

Summary of the contracting process

The Ministry of Defence (MoD) is initiating a selective procurement process for the "DGM/2057 - Munition Packaging Service" contract, valued at £58,000,000. This 3-year contract, slated to start on 2nd March 2026 and end on 3rd March 2031, seeks comprehensive munitions packaging services, covering approximately 60 container types. The procurement falls under the "Packaging and related services" category (CPV 79920000) and is using a restricted procedure for selection. The tender period will close on 21st March 2025. Service delivery locations include British Overseas Territories, Channel Islands, Europe, Isle of Man, Rest of the World, and the United Kingdom.

This tender offers significant business growth opportunities for companies specialising in packaging services, especially those experienced in handling and managing militarised inventory. Small and medium-sized enterprises (SMEs) are encouraged to participate. The contract includes areas such as refurbishment, post-design services, warehousing, and recycling, among others. Bidders can choose to bid for all procurement areas or focus solely on the procurement of new ammunition containers. The contract requires operational measures like a warehouse stock management system and an Environmental Management Plan to ensure efficient and eco-friendly processes, making it apt for businesses with a focus on sustainability and innovation in supply chain management.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

DGM/2057 - Munition Packaging Service

Notice Description

a) APMT intend to contract the requirement of the provision of a 3-year contract to support the future and ongoing supply of the Munition Packaging Service. The Authority requires a suite of the following: b) The range of munitions packaging in scope covers approximately 60 container types, and associated internal packaging, ranging from pallet sized Unit Load Specifications (ULS) for artillery ammunition to Small Arms Ammunition Containers and other common user items. The packaging catalogue can be broadly ranged from the high value, low volume to the low value, high volume. c) Any waste generated because of the processing, refurbishment, stock management and obsolesce must, once approved by the PT, be disposed of in the most cost effective and environmentally friendly manner. More detail provided within Areas 1 and 9. This process should be affirmed within an Environmental Management Plan and Disposal Management Plan. Wherever possible options should contain a 'gainshare' solution that will see value returned to the Authority. d) To maintain visibility of the complete Supply Chain and its inventory, a warehouse stock management system must be used to manage inventory quantities, works in progress status, condition, and location. All stock must be accounted for using a recognised NATO Stock Number (NSN) or drawing number if an NSN is unavailable. Any newly manufactured or procured items will be codified by the Authority in accordance with DEFCON 117. e) This SOR scopes out nine major areas which are core obligations that must be supported: Area 1 - Refurbishment: Area 2 - Post-Design Services: Area 3 - Sourcing and Procurement of Internal Packaging: Area 4 - 1814kg NATO 2 Tonne pallets and Pallet Tray: Area 5 - Container Security Seals: Area 6 - Warehousing: Area 7 - Recycling: Area 8 - Procurement of new ammunition containers Area 9 - Project & Contract Management bidders can bid for 2 lots, either all of the areas above or area 8 only. Access the DPQQ via the Defence Sourcing Portal (DSP)

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-a10f069e-1421-4f6d-9596-ff43a6bf50ac
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/bc9e5c6e-7f2f-4c71-92d2-45d8bebfce24
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79920000 - Packaging and related services

79921000 - Packaging services

Notice Value(s)

Tender Value
£58,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Dec 20241 years ago
Submission Deadline
21 Mar 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
2 Mar 2026 - 3 Mar 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
Not specified

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-a10f069e-1421-4f6d-9596-ff43a6bf50ac-2024-12-19T14:29:15Z",
    "date": "2024-12-19T14:29:15Z",
    "ocid": "ocds-b5fd17-a10f069e-1421-4f6d-9596-ff43a6bf50ac",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_446314/1436611",
        "title": "DGM/2057 - Munition Packaging Service",
        "description": "a) APMT intend to contract the requirement of the provision of a 3-year contract to support the future and ongoing supply of the Munition Packaging Service. The Authority requires a suite of the following: b) The range of munitions packaging in scope covers approximately 60 container types, and associated internal packaging, ranging from pallet sized Unit Load Specifications (ULS) for artillery ammunition to Small Arms Ammunition Containers and other common user items. The packaging catalogue can be broadly ranged from the high value, low volume to the low value, high volume. c) Any waste generated because of the processing, refurbishment, stock management and obsolesce must, once approved by the PT, be disposed of in the most cost effective and environmentally friendly manner. More detail provided within Areas 1 and 9. This process should be affirmed within an Environmental Management Plan and Disposal Management Plan. Wherever possible options should contain a 'gainshare' solution that will see value returned to the Authority. d) To maintain visibility of the complete Supply Chain and its inventory, a warehouse stock management system must be used to manage inventory quantities, works in progress status, condition, and location. All stock must be accounted for using a recognised NATO Stock Number (NSN) or drawing number if an NSN is unavailable. Any newly manufactured or procured items will be codified by the Authority in accordance with DEFCON 117. e) This SOR scopes out nine major areas which are core obligations that must be supported: Area 1 - Refurbishment: Area 2 - Post-Design Services: Area 3 - Sourcing and Procurement of Internal Packaging: Area 4 - 1814kg NATO 2 Tonne pallets and Pallet Tray: Area 5 - Container Security Seals: Area 6 - Warehousing: Area 7 - Recycling: Area 8 - Procurement of new ammunition containers Area 9 - Project & Contract Management bidders can bid for 2 lots, either all of the areas above or area 8 only. Access the DPQQ via the Defence Sourcing Portal (DSP)",
        "datePublished": "2024-12-19T14:22:34Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79920000",
            "description": "Packaging and related services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "79921000",
                "description": "Packaging services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 58000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2025-03-21T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2026-03-02T00:00:00Z",
            "endDate": "2031-03-03T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/bc9e5c6e-7f2f-4c71-92d2-45d8bebfce24",
                "datePublished": "2024-12-19T14:22:34Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2024-12-19T14:29:15Z"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-304886",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Filton Abbey Wood, Bristol BS34 8JH",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "adam.alsbury368@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-304886",
        "name": "Ministry of Defence"
    }
}