Notice Information
Notice Title
Project VIRTUS
Notice Description
The Authority has a requirement for the ongoing supply, support and development of the VIRTUS integrated body armour, helmet and load carriage system. VIRTUS is the UK Armed Forces integrated Body Armour, Helmet and Load Carriage system based on the soldier. The Authority successfully introduced the original VIRTUS system into service in 2015 and it has been gradually rolled out to the Infantry and Dismounted Close Combat (DCC) users. The success of the VIRTUS system informed the decision taken in 2019 by all Front-Line Commands that VIRTUS would become the primary body armour, helmet and load carriage system for all personnel (both Regular and Reserve). The VIRTUS system focuses on 3 of the NATO soldier domains: survivability, mobility and sustainability. VIRTUS comprises of a head and torso sub-system with integrated load carriage and a Quick Release (QR) mechanism, to allow escape from water, confined space or to allow rapid access to the body in an emergency. The Single Statement of Need (SSN) for the VIRTUS system states: "The User shall be provided with a Torso and Head Sub-system that will provide personal protection, load carriage and will be the platform on which all other NATO capability domains for the Dismounted Close Combat (DCC) arena can be designed on, around or supported by, allowing the user to survive and operate effectively across the full spectrum of operating environments in order to achieve the mission." Further detail on the VIRTUS system can be found, with instructional videos, at the following url: https://m.youtube.com/playlist?list=PLApZclWKcKb7pGgNy1aLHvqvO0y05Ecj8 The Contract/s being tendered shall be for the ongoing supply of the VIRTUS system to all tri-service users including Army, Royal Navy and Royal Air Force. Additionally, some elements of the PLCE (Personal Load Carriage and Equipment) contract shall be incorporated into this tender. These shall be defined in the Invitation to Negotiate (ITN). The Contract/s shall also include the ability for the Authority to utilise Post Design Services (PDS) for the ongoing development of the system to ensure that it continues to provide optimal performance as technology develops and matures. There may also be a requirement within the Contract/s for the provision of training in the use of the VIRTUS system and for the refurbishment and disposal of VIRTUS items. It is anticipated that throughout the initial 5 year contract/s duration the Authority shall commit to purchase a minimum number of VIRTUS items, to be defined within the Invitation to Negotiate (ITN). The Authority shall also have the ability to purchase additional VIRTUS items, as and when required throughout the duration on the Contract/s for a range of tri-service users. The requirement has been split into two Lots (Torso Sub-System and Head Sub-System), economic operators may apply for one or both Lots. A Contract shall be awarded for each Lot, however the Authority reserves the right to award one Contract covering both Lots if one economic operator is the successful bidder for both Lots. Lot 1 - Torso Sub System (TSS) - the requirement for all body armour and load carriage equipment within the current VIRTUS system including but not limited to scalable tactical vests, soft armour filler, extremity protection, bergens and pouches. Also for Post Design Services (PDS) relating to these items. Lot 2 - Head Sub System (HSS) - the requirement for all protective head equipment within the current VIRTUS system including but not limited to helmets, mandibles, visors, eye protection and ancillaries. Also for Post Design Services (PDS) relating to these items. The Authority reserves the right to award contracts for the two lots detailed under this Contract Notice on different dates, dependent upon the progress of evaluation and negotiations for each Lot. The Cyber Risk Profile for the Contract/s is Very Low. Operators which are invited to tender shall be required to complete a Supplier Assurance Questionnaire (SAQ), as part of their tender submission, to demonstrate their compliance with the required cyber risk level. An indicative schedule for this project is detailed below, please note that this is subject to change at the Authority's discretion and reflects no commitment on the Authority's behalf: Invitation to Negotiate (ITN) Issued: September 2021 ITN Return: February 2022 Negotiations Phase (If Required): May 2022 Trials Phase: June 2022 Contract Award: Q1 2023
Lot Information
Torso Sub-System (TSS)
Torso Sub-System (TSS) - the requirement for all body armour and load carriage equipment within the current Virtus system including but not limited to scalable tactical vests, soft armour filler, extremity protection, bergens and pouches. Also for Post Design Services (PDS) relating to these items. It is anticipated that throughout the initial 5 year contract/s duration the Authority shall commit to purchase a minimum number of TSS items, to be defined within the Invitation to Negotiate (ITN). The Authority will have the ability to purchase additional TSS items as required through the duration on the Contract for a range of tri-service users. Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.
Head Sub-System (HSS)Head Sub System - the requirement for all protective head equipment within the current Virtus system including but not limited to helmets, mandibles, visors, eye protection and ancillaries. Also for Post Design Services (PDS) relating to these items. It is anticipated that throughout the initial 5 year contract/s duration the Authority shall commit to purchase a minimum number number of HSS items, to be defined within the Invitation to Negotiate (ITN). The Authority will have the ability to purchase additional HSS items as required through the duration on the Contract for a range of tri-service users. Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02bbf2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013439-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
18 - Clothing, footwear, luggage articles and accessories
33 - Medical equipments, pharmaceuticals and personal care products
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
18143000 - Protective gear
18444110 - Helmets
18931100 - Rucksacks
18934000 - Kitbags
18936000 - Textile bags
33735100 - Protective goggles
35113400 - Protective and safety clothing
35811300 - Military uniforms
35812200 - Combat suits
35812300 - Combat gear
35813000 - Military helmets
35813100 - Helmet covers
35815000 - Garments for anti-ballistic protection
35815100 - Bullet-proof vests
Notice Value(s)
- Tender Value
- £350,000,000 £100M-£1B
- Lots Value
- £350,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Jun 20214 years ago
- Submission Deadline
- 16 Jul 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Attn: Potter Alex
- Contact Email
- alex.potter108@mod.gov.uk
- Contact Phone
- +44 03001647146
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS34 8JT
- 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
- Filton
- Westminster Constituency
- Filton and Bradley Stoke
Further Information
Notice Documents
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02bbf2-2021-06-14T22:45:12+01:00",
"date": "2021-06-14T22:45:12+01:00",
"ocid": "ocds-h6vhtk-02bbf2",
"description": "The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.",
"initiationType": "tender",
"tender": {
"id": "701224385",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Project VIRTUS",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "35815000",
"description": "Garments for anti-ballistic protection"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "18143000",
"description": "Protective gear"
},
{
"scheme": "CPV",
"id": "18444110",
"description": "Helmets"
},
{
"scheme": "CPV",
"id": "18931100",
"description": "Rucksacks"
},
{
"scheme": "CPV",
"id": "18934000",
"description": "Kitbags"
},
{
"scheme": "CPV",
"id": "18936000",
"description": "Textile bags"
},
{
"scheme": "CPV",
"id": "33735100",
"description": "Protective goggles"
},
{
"scheme": "CPV",
"id": "35113400",
"description": "Protective and safety clothing"
},
{
"scheme": "CPV",
"id": "35811300",
"description": "Military uniforms"
},
{
"scheme": "CPV",
"id": "35812200",
"description": "Combat suits"
},
{
"scheme": "CPV",
"id": "35812300",
"description": "Combat gear"
},
{
"scheme": "CPV",
"id": "35813000",
"description": "Military helmets"
},
{
"scheme": "CPV",
"id": "35813100",
"description": "Helmet covers"
},
{
"scheme": "CPV",
"id": "35815100",
"description": "Bullet-proof vests"
},
{
"scheme": "TED_TYPE_SUPPLIES_CONTRACT",
"id": "PURCHASE",
"description": "Purchase"
}
],
"mainProcurementCategory": "goods",
"description": "The Authority has a requirement for the ongoing supply, support and development of the VIRTUS integrated body armour, helmet and load carriage system. VIRTUS is the UK Armed Forces integrated Body Armour, Helmet and Load Carriage system based on the soldier. The Authority successfully introduced the original VIRTUS system into service in 2015 and it has been gradually rolled out to the Infantry and Dismounted Close Combat (DCC) users. The success of the VIRTUS system informed the decision taken in 2019 by all Front-Line Commands that VIRTUS would become the primary body armour, helmet and load carriage system for all personnel (both Regular and Reserve). The VIRTUS system focuses on 3 of the NATO soldier domains: survivability, mobility and sustainability. VIRTUS comprises of a head and torso sub-system with integrated load carriage and a Quick Release (QR) mechanism, to allow escape from water, confined space or to allow rapid access to the body in an emergency. The Single Statement of Need (SSN) for the VIRTUS system states: \"The User shall be provided with a Torso and Head Sub-system that will provide personal protection, load carriage and will be the platform on which all other NATO capability domains for the Dismounted Close Combat (DCC) arena can be designed on, around or supported by, allowing the user to survive and operate effectively across the full spectrum of operating environments in order to achieve the mission.\" Further detail on the VIRTUS system can be found, with instructional videos, at the following url: https://m.youtube.com/playlist?list=PLApZclWKcKb7pGgNy1aLHvqvO0y05Ecj8 The Contract/s being tendered shall be for the ongoing supply of the VIRTUS system to all tri-service users including Army, Royal Navy and Royal Air Force. Additionally, some elements of the PLCE (Personal Load Carriage and Equipment) contract shall be incorporated into this tender. These shall be defined in the Invitation to Negotiate (ITN). The Contract/s shall also include the ability for the Authority to utilise Post Design Services (PDS) for the ongoing development of the system to ensure that it continues to provide optimal performance as technology develops and matures. There may also be a requirement within the Contract/s for the provision of training in the use of the VIRTUS system and for the refurbishment and disposal of VIRTUS items. It is anticipated that throughout the initial 5 year contract/s duration the Authority shall commit to purchase a minimum number of VIRTUS items, to be defined within the Invitation to Negotiate (ITN). The Authority shall also have the ability to purchase additional VIRTUS items, as and when required throughout the duration on the Contract/s for a range of tri-service users. The requirement has been split into two Lots (Torso Sub-System and Head Sub-System), economic operators may apply for one or both Lots. A Contract shall be awarded for each Lot, however the Authority reserves the right to award one Contract covering both Lots if one economic operator is the successful bidder for both Lots. Lot 1 - Torso Sub System (TSS) - the requirement for all body armour and load carriage equipment within the current VIRTUS system including but not limited to scalable tactical vests, soft armour filler, extremity protection, bergens and pouches. Also for Post Design Services (PDS) relating to these items. Lot 2 - Head Sub System (HSS) - the requirement for all protective head equipment within the current VIRTUS system including but not limited to helmets, mandibles, visors, eye protection and ancillaries. Also for Post Design Services (PDS) relating to these items. The Authority reserves the right to award contracts for the two lots detailed under this Contract Notice on different dates, dependent upon the progress of evaluation and negotiations for each Lot. The Cyber Risk Profile for the Contract/s is Very Low. Operators which are invited to tender shall be required to complete a Supplier Assurance Questionnaire (SAQ), as part of their tender submission, to demonstrate their compliance with the required cyber risk level. An indicative schedule for this project is detailed below, please note that this is subject to change at the Authority's discretion and reflects no commitment on the Authority's behalf: Invitation to Negotiate (ITN) Issued: September 2021 ITN Return: February 2022 Negotiations Phase (If Required): May 2022 Trials Phase: June 2022 Contract Award: Q1 2023",
"value": {
"currency": "GBP",
"amount": 350000000
},
"minValue": {
"amount": 104000000,
"currency": "GBP"
},
"hasOptions": true,
"options": {
"description": "The Duration of the Contract/s will be for a period of 5 years from the start date of Contract/s. The Contract/s will contain 5 additional 1-year options (for both Lots - the 60 months duration mentioned in the Lot Section of this Contract Notice is the initial duration only), to be exercised at the Authority's discretion in any combination of years, resulting in a potential total duration of 10 years."
},
"hasRenewal": false,
"contractPeriod": {
"durationInDays": 1800
},
"lots": [
{
"id": "1",
"title": "Torso Sub-System (TSS)",
"description": "Torso Sub-System (TSS) - the requirement for all body armour and load carriage equipment within the current Virtus system including but not limited to scalable tactical vests, soft armour filler, extremity protection, bergens and pouches. Also for Post Design Services (PDS) relating to these items. It is anticipated that throughout the initial 5 year contract/s duration the Authority shall commit to purchase a minimum number of TSS items, to be defined within the Invitation to Negotiate (ITN). The Authority will have the ability to purchase additional TSS items as required through the duration on the Contract for a range of tri-service users. Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.",
"value": {
"amount": 210000000,
"currency": "GBP"
},
"minimumValue": {
"amount": 62400000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
}
},
{
"id": "2",
"title": "Head Sub-System (HSS)",
"description": "Head Sub System - the requirement for all protective head equipment within the current Virtus system including but not limited to helmets, mandibles, visors, eye protection and ancillaries. Also for Post Design Services (PDS) relating to these items. It is anticipated that throughout the initial 5 year contract/s duration the Authority shall commit to purchase a minimum number number of HSS items, to be defined within the Invitation to Negotiate (ITN). The Authority will have the ability to purchase additional HSS items as required through the duration on the Contract for a range of tri-service users. Additional information: The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.",
"value": {
"amount": 140000000,
"currency": "GBP"
},
"minimumValue": {
"amount": 41600000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
}
}
],
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UKK11"
}
]
},
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "35815000",
"description": "Garments for anti-ballistic protection"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "18143000",
"description": "Protective gear"
},
{
"scheme": "CPV",
"id": "18931100",
"description": "Rucksacks"
},
{
"scheme": "CPV",
"id": "18934000",
"description": "Kitbags"
},
{
"scheme": "CPV",
"id": "18936000",
"description": "Textile bags"
},
{
"scheme": "CPV",
"id": "35113400",
"description": "Protective and safety clothing"
},
{
"scheme": "CPV",
"id": "35811300",
"description": "Military uniforms"
},
{
"scheme": "CPV",
"id": "35812200",
"description": "Combat suits"
},
{
"scheme": "CPV",
"id": "35812300",
"description": "Combat gear"
},
{
"scheme": "CPV",
"id": "35815100",
"description": "Bullet-proof vests"
}
],
"relatedLot": "1"
},
{
"id": "2",
"classification": {
"scheme": "CPV",
"id": "35813000",
"description": "Military helmets"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "18143000",
"description": "Protective gear"
},
{
"scheme": "CPV",
"id": "18444110",
"description": "Helmets"
},
{
"scheme": "CPV",
"id": "33735100",
"description": "Protective goggles"
},
{
"scheme": "CPV",
"id": "35113400",
"description": "Protective and safety clothing"
},
{
"scheme": "CPV",
"id": "35813100",
"description": "Helmet covers"
}
],
"relatedLot": "2"
}
],
"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. The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract. The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in part 7 of the DSPCR 2011. The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"depositsGuarantees": "Please refer to the Dynamic Pre-Qualification Questionnaire (DPQQ) for further details. For details on how to access the DPQQ please refer to Section 'Information and formalities necessary for evaluating if the requirements are met'.",
"languages": [
"en"
]
},
"communication": {
"documentAvailabilityPeriod": {
"endDate": "2021-07-16T17:00:00+01:00"
}
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "http://contracts.mod.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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 - 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.",
"appliesTo": [
"supplier"
]
},
{
"type": "suitability",
"description": "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 - 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.",
"appliesTo": [
"subcontractor"
]
},
{
"type": "economic",
"description": "Please refer to the Dynamic Pre-Qualification Questionnaire (DPQQ) for further details. For details on how to access the DPQQ please refer to Section 'Information and formalities necessary for evaluating if the requirements are met'.",
"minimum": "Please refer to the Dynamic Pre-Qualification Questionnaire (DPQQ) for further details. For details on how to access the DPQQ please refer to Section 'Information and formalities necessary for evaluating if the requirements are met'.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Please refer to the Dynamic Pre-Qualification Questionnaire (DPQQ) for further details. For details on how to access the DPQQ please refer to Section 'Information and formalities necessary for evaluating if the requirements are met'.",
"minimum": "Please refer to the Dynamic Pre-Qualification Questionnaire (DPQQ) for further details. For details on how to access the DPQQ please refer to Section 'Information and formalities necessary for evaluating if the requirements are met'.",
"appliesTo": [
"subcontractor"
]
},
{
"type": "technical",
"description": "Please refer to the Dynamic Pre-Qualification Questionnaire (DPQQ) for further details. For details on how to access the DPQQ please refer to Section 'Information and formalities necessary for evaluating if the requirements are met'.",
"minimum": "Please refer to the Dynamic Pre-Qualification Questionnaire (DPQQ) for further details. For details on how to access the DPQQ please refer to Section 'Information and formalities necessary for evaluating if the requirements are met'.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Please refer to the Dynamic Pre-Qualification Questionnaire (DPQQ) for further details. For details on how to access the DPQQ please refer to Section 'Information and formalities necessary for evaluating if the requirements are met'.",
"minimum": "Please refer to the Dynamic Pre-Qualification Questionnaire (DPQQ) for further details. For details on how to access the DPQQ please refer to Section 'Information and formalities necessary for evaluating if the requirements are met'.",
"appliesTo": [
"subcontractor"
]
}
],
"description": "The envisaged minimum number of economic operators is 6 and the maximum is 10. These economic operators shall be split across both lots, it is envisaged that each lot will have a minimum of 3 operators and a maximum of 5 invited to tender. If a number of Economic Operators in a specific Lot receive exactly the same weighted score, that would result in them attaining the 5th place in the ITN for that specific Lot, then the Economic Operator in question achieving the highest score for the following question: Section 2.2 - Post Design Services (PDS) shall be awarded the fifth and final place in the ITN. Should the tied Economic Operators also score the same mark on the Post Design Services (PDS) question then the Authority reserves the right to take forward to ITN stage a number of Economic Operators greater than five (5) for that specific Lot. The Authority reserves the right to take forward a number of Economic Operators lower than three (3) should it fail to receive at least three (3) compliant DPQQ submissions in either Lot. Please refer to the Dynamic Pre Qualification Questionnaire (DPQQ) for evaluation criteria and further guidance."
},
"documents": [
{
"id": 1,
"documentType": "biddingDocuments",
"url": "http://contracts.mod.uk"
}
],
"contractTerms": {
"otherTerms": "It is anticipated that this procurement shall be subject to Security Conditions at OFFICIAL-SENSITIVE level.",
"financialTerms": "Please refer to the Dynamic Pre-Qualification Questionnaire (DPQQ) for further details. For details on how to access the DPQQ please refer to Section 'Information and formalities necessary for evaluating if the requirements are met'.",
"tendererLegalForm": "Please refer to the Dynamic Pre-Qualification Questionnaire (DPQQ) for further details. For details on how to access the DPQQ please refer to Section 'Information and formalities necessary for evaluating if the requirements are met'."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated",
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 10,
"successiveReduction": true
},
"tenderPeriod": {
"endDate": "2021-07-16T17:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Any appeals should be lodged in accordance with the provisions of the Defence and Security Public Contracts Regulations Act 2011 (DSPCR2011)."
},
"parties": [
{
"id": "GB-FTS-19472",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "MOD Abbey Wood (South)",
"locality": "Bristol",
"postalCode": "BS34 8JT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Attn: Potter Alex",
"telephone": "+44 03001647146",
"email": "Alex.Potter108@mod.gov.uk"
},
"roles": [
"buyer",
"reviewBody",
"reviewContactPoint"
],
"details": {
"url": "https://des.mod.uk/",
"buyerProfile": "https://des.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"
}
]
},
"additionalContactPoints": [
{
"telephone": "+44 03001647146",
"email": "alex.potter108@mod.gov.uk"
}
]
}
],
"buyer": {
"id": "GB-FTS-19472",
"name": "Ministry of Defence"
},
"language": "en"
}