Award

Roundless Tactical Engagement System

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

Award

14 Feb 2023 at 11:50

Tender

09 Apr 2021 at 21:55

Summary of the contracting process

The Ministry of Defence in the United Kingdom has initiated a procurement process for the Roundless Tactical Engagement System. This tender, which falls under the goods category, is currently in the active stage. The contract, valued at £79,200,000, aims to enhance training simulations in Battlecraft Syllabus by delivering equipment units over a ten-year period. The procurement method is selective, and the buying organisation is based in Bristol, UK.

This tender opportunity presents a significant scope for business growth, particularly for companies specialising in training simulators and military electronic systems. Businesses able to provide innovative solutions for realistic weapon operation and training evaluation would be well-suited to compete in this competitive procedure with negotiation. The Ministry of Defence, as the buying organisation, is seeking suppliers who can meet the technical compliance and quality criteria outlined in the tender documentation.

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

Roundless Tactical Engagement System

Notice Description

Roundless Tactical Engagement System (RTES) will enhance the delivery of Battlecraft Syllabus (BCS) training through the realistic representation of personal weapon operation and effects, increased ability for Force Elements to access measurement and evaluation systems, and a reduced dependency on blank ammunition and training estate resources. RTES will instrument live equipment with minimal alteration to its operation or published drills. By doing so RTES will collect data to enable comprehensive objective evaluation of training. RTES will deliver 3 separate packs of equipment, each containing the components required to instrument 60 trainees. RTES will be provided over a period of up to 10 years (made up of 5 years in-service support + 5 x 1 year options which the Authority reserves the right to take as a combination or as 1 year increments). There are also options in place to procure additional RTES packs or instrumentation.

Lot Information

Lot 1

Roundless Tactical Engagement System (RTES) will enhance the delivery of Battlecraft Syllabus (BCS) training through the realistic representation of personal weapon operation and effects, increased ability for Force Elements to access measurement and evaluation systems, and a reduced dependency on blank ammunition and training estate resources. RTES will instrument live equipment with minimal alteration to its operation or published drills. By doing so RTES will collect data to enable comprehensive objective evaluation of training. RTES will deliver 3 separate packs of equipment, each containing the components required to instrument 60 trainees. RTES will be provided over a period of up to 10 years (made up of 5 years in-service support + 5 x 1 year options which the Authority reserves the right to take as a combination or as 1 year increments). There are also options in place to procure additional RTES packs or instrumentation. Additional information: Further to section II.2.5 Award Criteria the following technical / quality criteria were also included: - Technical Test (15% weighting) - Social Value (14% weighting)

Options: 5 x 1 year extensions 10 x additional priced options

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02a4a2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004471-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

35 - Security, fire-fighting, police and defence equipment


CPV Codes

34152000 - Training simulators

35700000 - Military electronic systems

Notice Value(s)

Tender Value
£79,200,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£13,085,246 £10M-£100M

Notice Dates

Publication Date
14 Feb 20233 years ago
Submission Deadline
28 Apr 2021Expired
Future Notice Date
Not specified
Award Date
2 Feb 20233 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

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
TLK11 Bristol, City of

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

Supplier Information

Number of Suppliers
1
Supplier Name

BAGIRA SYSTEMS

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-h6vhtk-02a4a2-2023-02-14T11:50:00Z",
    "date": "2023-02-14T11:50:00Z",
    "ocid": "ocds-h6vhtk-02a4a2",
    "description": "Please note the awarded contract value for the core 5 year duration is PS5,482,131.58. The overall through-life cost for this Contract is anticipated to rise to a total of PS13,085,246.60 should extension options and additional priced options be taken.",
    "initiationType": "tender",
    "tender": {
        "id": "701547413 - TSSP/136",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Roundless Tactical Engagement System",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "34152000",
            "description": "Training simulators"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "34152000",
                "description": "Training simulators"
            },
            {
                "scheme": "CPV",
                "id": "35700000",
                "description": "Military electronic systems"
            },
            {
                "scheme": "TED_TYPE_SUPPLIES_CONTRACT",
                "id": "PURCHASE",
                "description": "Purchase"
            }
        ],
        "mainProcurementCategory": "goods",
        "description": "Roundless Tactical Engagement System (RTES) will enhance the delivery of Battlecraft Syllabus (BCS) training through the realistic representation of personal weapon operation and effects, increased ability for Force Elements to access measurement and evaluation systems, and a reduced dependency on blank ammunition and training estate resources. RTES will instrument live equipment with minimal alteration to its operation or published drills. By doing so RTES will collect data to enable comprehensive objective evaluation of training. RTES will deliver 3 separate packs of equipment, each containing the components required to instrument 60 trainees. RTES will be provided over a period of up to 10 years (made up of 5 years in-service support + 5 x 1 year options which the Authority reserves the right to take as a combination or as 1 year increments). There are also options in place to procure additional RTES packs or instrumentation.",
        "value": {
            "currency": "GBP",
            "amount": 79200000
        },
        "minValue": {
            "amount": 6800000,
            "currency": "GBP"
        },
        "hasOptions": true,
        "options": {
            "description": "This contract shall be over a period of up to ten (10) years consisting of an initial five (5) year contract duration for the equipment delivery and Contractor Logistic Support (CLS), and a further five (5) x one (1)-year contract options. The Authority reserves the right to change and take the option years as a combination, or as one (1) year increments. Please note that currently the Authority anticipates the estimated value of the initial 5-year contract duration will be approx. PS6,800,000 (Ex VAT) . The value range advertised within this contract notice is for the full duration of this contract including all potential options and the Authority anticipates that this will be between PS6,800,000 and PS79,200,000 (Ex VAT ) (subject to change). The Authority is under no obligation to exercise the right to the options if it deems inappropriate to do so."
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UKK11"
                    }
                ]
            },
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "subcontracting": {
            "description": "The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed."
        },
        "submissionTerms": {
            "variantPolicy": "notAllowed",
            "depositsGuarantees": "The Authority reserves the right to ask for an Indemnity, guarantee or bank bond if the supplier does not meet the standard for economic and financial standing. A parent company guarantee may also be required dependent on the formation and financial standing of the contracting business.",
            "languages": [
                "en"
            ]
        },
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender. A full list of these criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "suitability",
                    "description": ".",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "economic",
                    "description": "a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance; Information and formalities necessary for evaluating if the requirements are met: information and formalities necessary for evaluating if the requirements are met: evidence of appropriate professional risk indemnity; at least 2 years certified audited accounts in statutory form, profit and loss account and balance sheet; statement of overall turnover to be provided with DPQQ. A financial assessment will be undertaken on the supplier's financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.",
                    "minimum": "The estimated average annual contract value is between PS1,000.000 GBP - PS2,000,000 GBP. If the estimated average annual contract value is greater than 40 % of the supplier's turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include: 1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and 2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond. A financial assessment will be undertaken on the supplier's financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "(a) appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance; (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established; (c) where appropriate, a statement, covering the 3 previous financial years of the economic operator, of: (i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract. Evidence of appropriate professional risk indemnity; at least 2 years certified audited accounts in statutory form, profit and loss account and balance sheet; statement of overall turnover to be provided with DPQQ. A financial assessment will be undertaken on the supplier's financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.",
                    "minimum": "The Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include: 1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and 2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond. A financial assessment will be undertaken on the supplier's financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "(a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability; (c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where - (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided; (d) a statement of the technicians or technical services available to the economic operator to: (i) carry out the work under the contract, or (ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator; (e) a statement of the economic operator's: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property; (f) a check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator's study and research facilities and quality control measures; (g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator's managerial staff; and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract; (h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract; (m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority; (n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification; (o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i);",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "This and any other information required for evaluation will be sought through the associated Dynamic Pre-Qualification Questionnaire (DPQQ). The main contractor will be required to provide evidence of its subcontractor's ability to process, store and transmit classified information at UK Official. Minimum level(s) of standards possibly required: (if applicable) The Authority reserves the right under Article 21(5) of Directive 2009/81/EC to reject any subcontractor chosen by the main contractor at any stage of the contract award procedure or during performance of the contract if that subcontractor: 1) Requires access to classified information at UK Official; and 2) Fails to provide evidence to the satisfaction of the Authority that it has the capability to protect that level of classified information in accordance with Article 42.1(j) of Directive 2009/81/EC. Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection) Information and formalities necessary for evaluating if the requirements are met: The main Contractor will be required to provide evidence of its subcontractor's ability to process, store and transmit classified information at UK Official by describing the required Facility Security Clearance (FSC) granted by its National or Designated Security Authority.",
                    "minimum": "The Authority reserves the right under Article 21(5) of Directive 2009/81/EC to reject any subcontractor chosen by the main contractor at any stage of the contract award procedure or during performance of the contract if that subcontractor: 1) Requires access to classified information at UK Official; and 2) Fails to provide evidence to the satisfaction of the Authority that it has the capability to protect that level of classified information in accordance with Article 42.1(j) of Directive 2009/81/EC.",
                    "appliesTo": [
                        "subcontractor"
                    ]
                }
            ],
            "description": "Full details of the evaluation procedure for selecting the candidate tenderers to be invited to the ITN stage of the competition process will be set out in the dynamic PQQ. The Authority reserves the right to increase the maximum number of candidates invited to tender from 6 in accordance with the \"20210321_TSSP_136_DPQQ_DSP_Supporting Documets.pdf\" attached within the Dynamic PQQ. The Authority reserves the right to reduce the number of candidates during the negotiation phase, full details will be set out in the Invitation to Negotiate (ITN)."
        },
        "contractTerms": {
            "otherTerms": "The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter to reflect these changes in national law or government policy whether in respect of the applicable protective marking scheme, specific; protective markings given, the aspects of which any protective marking applies or otherwise. Candidates may be required to have the necessary Personal Security Clearances (PSCs) and may need to have access to facilities with security clearance (Facility Security Clearance \"FSC's\") e.g. on the list X register in the UK. Candidates which do not yet hold security clearance may obtain such clearance prior to the anticipated Contract award. This requirement will be detailed further at ITN. The Cyber Risk Assessment for the procurement is VERY LOW, as defined in DEFSTAN 05-138. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference - RAR-Q86X7NJM). As the Assessment has been deemed as Very Low potential suppliers will need to verify their identity before they are able to complete an Supplier Assurance Questionnaire (SAQ). This is a requirement which may take up to a week to complete before being able to access the SAQ. All suppliers must complete a SAQ, via the Supplier Cyber Protection Service, to demonstrate their level of compliance against the required Cyber Risk Level. The reference number is RAR-Q86X7NJM Tenderers must, as a minimum, have Cyber Essentials Plus and conform to the Very Low DEFSTAN 05-138 controls. If the tenderer cannot meet the level of security controls required by the contract start date it does not mean an immediate fail. The tenderer should submit a Cyber Implementation Plan (CIP) as part of their tender submission detailing the steps they would take to meet the necessary controls, together with associated timescales, details of any equivalent standards they have, or reasons why they are unable to comply. For note, the requirement for compliance with the cyber security controls is being extended to apply throughout the Defence supply chain. Where the prime contractor intends to sub-contract any part of the requirement, they must assess the cyber risk for that sub-contract and ensure their supply chain has the appropriate controls, or an agreed implementation plan, in place prior to sub-contract award. Transfer of Undertakings Protection of Employees (TUPE) may apply",
            "financialTerms": "The Contract and Services provided will be made against an agreed payment plan. Payments will follow successful delivery and acceptance of services. The end to end process for the afore mentioned conditions shall be handled within the CP&F system (The DE&S Procurement and Payments software). Financing and payment conditions shall be included in the ITN.",
            "tendererLegalForm": "If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a wholly legal entity before entering into the contract."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "minimumCandidates": 2,
            "maximumCandidates": 6,
            "successiveReduction": true
        },
        "techniques": {
            "frameworkAgreement": {
                "minimumValue": {
                    "amount": 6800000,
                    "currency": "GBP"
                },
                "value": {
                    "amount": 79200000,
                    "currency": "GBP"
                }
            }
        },
        "tenderPeriod": {
            "endDate": "2021-04-28"
        },
        "hasRecurrence": false,
        "milestones": [
            {
                "id": "1",
                "type": "securityClearanceDeadline",
                "dueDate": "2021-12-01"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Roundless Tactical Engagement System (RTES) will enhance the delivery of Battlecraft Syllabus (BCS) training through the realistic representation of personal weapon operation and effects, increased ability for Force Elements to access measurement and evaluation systems, and a reduced dependency on blank ammunition and training estate resources. RTES will instrument live equipment with minimal alteration to its operation or published drills. By doing so RTES will collect data to enable comprehensive objective evaluation of training. RTES will deliver 3 separate packs of equipment, each containing the components required to instrument 60 trainees. RTES will be provided over a period of up to 10 years (made up of 5 years in-service support + 5 x 1 year options which the Authority reserves the right to take as a combination or as 1 year increments). There are also options in place to procure additional RTES packs or instrumentation. Additional information: Further to section II.2.5 Award Criteria the following technical / quality criteria were also included: - Technical Test (15% weighting) - Social Value (14% weighting)",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical Compliance",
                            "type": "quality",
                            "description": "Pass/Fail"
                        },
                        {
                            "name": "Weapon Integration / Realistic Training",
                            "type": "quality",
                            "description": "16"
                        },
                        {
                            "name": "Capture",
                            "type": "quality",
                            "description": "7"
                        },
                        {
                            "name": "Inform",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Report",
                            "type": "quality",
                            "description": "6"
                        },
                        {
                            "name": "Deployability",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Soldier Interface / Human Factor Integration",
                            "type": "quality",
                            "description": "9"
                        },
                        {
                            "name": "Integrated Logistic Support",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Security",
                            "type": "quality",
                            "description": "Pass/Fail"
                        },
                        {
                            "name": "Safety and Environmental",
                            "type": "quality",
                            "description": "6"
                        },
                        {
                            "type": "price",
                            "description": "30%"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "5 x 1 year extensions 10 x additional priced options"
                },
                "status": "cancelled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-11789",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Stoke Gifford",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Attn: Buxton Bethany",
                "email": "Bethany.Buxton101@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-11790",
            "name": "Ministry of Defence (MoD)",
            "identifier": {
                "legalName": "Ministry of Defence (MoD)"
            },
            "address": {
                "streetAddress": "Cedar 2B, Mail Point #3260, MoD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Bethany.Buxton101@mod.gov.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-12610",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UKK",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "alex.postlethwaite102@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.contracts.mod.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-75202",
            "name": "Bagira Systems Ltd",
            "identifier": {
                "legalName": "Bagira Systems Ltd"
            },
            "address": {
                "streetAddress": "26 Hakishor St",
                "locality": "Holon",
                "region": "IL",
                "postalCode": "5886708",
                "countryName": "Israel"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-50546",
            "name": "DE&S MOD",
            "identifier": {
                "legalName": "DE&S MOD"
            },
            "address": {
                "streetAddress": "TSSP #4110, MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-12610",
        "name": "Ministry of Defence"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:547598-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "004471-2023-701547413 - TSSP/136-1",
            "relatedLots": [
                "1"
            ],
            "title": "Roundless Tactical Engagement System",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-75202",
                    "name": "Bagira Systems Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "004471-2023-701547413 - TSSP/136-1",
            "awardID": "004471-2023-701547413 - TSSP/136-1",
            "title": "Roundless Tactical Engagement System",
            "status": "active",
            "value": {
                "amount": 13085246.6,
                "currency": "GBP"
            },
            "dateSigned": "2023-02-02T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}