Tender

Supply Technical Information On Foreign Munitions

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Tender

07 Jul 2021 at 21:45

Summary of the contracting process

The Ministry of Defence (MoD) is currently undertaking a tender process titled "Supply Technical Information On Foreign Munitions," which falls under the services category related to the testing and evaluation of firearms and ammunition. This procurement is taking place in the UK and is at the active tender stage, with submissions open until 22nd July 2021. The procurement will utilise a selective method, specifically a restricted procedure, requiring suppliers to demonstrate their expertise in explosive ordnance capability assessment and clearance. The contract is set to last for a duration of 720 days and may recur in two years.

This tender presents a significant opportunity for businesses with considerable expertise in explosive ordnance and munitions, particularly those that can provide technical assessments and reports on foreign munitions. Companies that specialise in military defence, ordnance clearance, or have accreditation relevant to this field will be well-suited to compete. Given the unique requirements of the procurement, businesses with established credibility in research publications and access to current conflict areas will find the potential for growth and partnership with the MoD particularly advantageous.

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

Notice Title

Supply Technical Information On Foreign Munitions

Notice Description

The MoD needs continuous accurate technical information on foreign munitions in order to protect UK Forces deployed overseas. Landmines and other explosive remnants of war (ERW) pose a significant threat in many of the regions to which UK personnel could deploy. There is a need for landmine exploitation and access to subject matter expertise.

Lot Information

Lot 1

1. The following details the specific outputs that are to be met through the contract: a. On call technical advice and assistance in the recognition and assessment of foreign land service ammunition. The contractor should have at least 10 years of expertise in explosive ordnance capability assessment and/or explosive ordnance clearance and maintains currency in this field of expertise. It is necessary to have knowledge of the following systems: i. Anti-tank guided missiles. ii. Artillery and submunition natures. iii. Landmines. iv. Small arm natures up to 96mm including grenades and shoulder launched unguided rockets. b. Updates on foreign land service ammunition being encountered in recent conflict areas. This requires availability of access to current or recent conflict areas in an official capacity. c. Simultaneous access for six persons to an online technical database that contains details on historical foreign land service ammunition natures including: i. Technical specifications (e.g. weight, dimensions) including; manufacturer details, images, technical drawings and operator manuals. ii. Details of mechanism of deployment. iii. Details of mechanism of initiation. iv. Details of similar systems and deployment systems as necessary. v. Mitigation measures as appropriate. vi. Proliferation details of land service ammunition including country of origin, purchasers and country of known use. d. Four work packages of technical reports that consist of: i. Three "Quick Look Report" that provide technical information on a foreign ammunition nature as requested by DI CA-Land. These would be requested at the start of the quarter and delivered on a monthly basis in order of priority as requested. Reports should be made available in a format as directed by DI CA-Land. This report should include: (1) Brief background of ammunition nature. (2) Technical specifications (e.g. weight, dimensions) including manufacturer if known. (3) Detail of mechanism of deployment. (4) Detail of mechanism of initiation. (5) Imagery including a full image of the ammunition nature and a cutaway or technical drawing if available. (6) Known strengths, weaknesses and vulnerabilities. OR ii. A detailed exploitation report of a foreign land service ammunition nature as requested by DI CA Land. This would be requested at the start of a quarter and delivered at the end of the quarter. This report should include. (1) Full background of the ammunition nature to include an overview of similar systems, if part of a family of systems. (2) Technical specifications (e.g. weight, dimensions) including manufacturer if known. (3) Detail of mechanism of deployment. (4) Detail of mechanism of initiation. (5) Details of known mitigation measures or suggested mitigations. (6) Imagery including a full image of the ammunition nature and a cutaway or technical drawing if available. (7) A sectioned training model of the munition correct to the technical specifications. e. Assist in the procurement of land service ammunition natures on behalf of DI CA Land. Ensure natures are free from explosive if required. This requires the contractor to be able to acquire ammunition natures of interest through legal mechanisms. This requirement will be on an adhoc basis and the contractor is expected to alert DI CA Land should an ammunition nature of interest be available. Additional Requirements 2. The following additional requirements are not output related but should be adhered to ensure the contractor has sufficient knowledge, skills and experience to complete the outputs to an acceptable standard: a. The contractor must be an X List company and have sufficient clearance to discuss items up to SECRET. b. The contractor should have accreditation from a recognisable institute that is relevant to the work being conducted (such as the Institute of Munition Clearance and Search Engineers). c. The contractor should be officially recognised by the international community as an expert.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02c50f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015773-2021
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
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73432000 - Test and evaluation of firearms and ammunition

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Jul 20214 years ago
Submission Deadline
22 Jul 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
In two years

Notice Status

Tender Status
Active
Lots Status
Active
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
LONDON
Postcode
SW1A 2HB
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-02c50f-2021-07-07T22:45:03+01:00",
    "date": "2021-07-07T22:45:03+01:00",
    "ocid": "ocds-h6vhtk-02c50f",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02c50f",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Supply Technical Information On Foreign Munitions",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "73432000",
            "description": "Test and evaluation of firearms and ammunition"
        },
        "mainProcurementCategory": "services",
        "description": "The MoD needs continuous accurate technical information on foreign munitions in order to protect UK Forces deployed overseas. Landmines and other explosive remnants of war (ERW) pose a significant threat in many of the regions to which UK personnel could deploy. There is a need for landmine exploitation and access to subject matter expertise.",
        "lots": [
            {
                "id": "1",
                "description": "1. The following details the specific outputs that are to be met through the contract: a. On call technical advice and assistance in the recognition and assessment of foreign land service ammunition. The contractor should have at least 10 years of expertise in explosive ordnance capability assessment and/or explosive ordnance clearance and maintains currency in this field of expertise. It is necessary to have knowledge of the following systems: i. Anti-tank guided missiles. ii. Artillery and submunition natures. iii. Landmines. iv. Small arm natures up to 96mm including grenades and shoulder launched unguided rockets. b. Updates on foreign land service ammunition being encountered in recent conflict areas. This requires availability of access to current or recent conflict areas in an official capacity. c. Simultaneous access for six persons to an online technical database that contains details on historical foreign land service ammunition natures including: i. Technical specifications (e.g. weight, dimensions) including; manufacturer details, images, technical drawings and operator manuals. ii. Details of mechanism of deployment. iii. Details of mechanism of initiation. iv. Details of similar systems and deployment systems as necessary. v. Mitigation measures as appropriate. vi. Proliferation details of land service ammunition including country of origin, purchasers and country of known use. d. Four work packages of technical reports that consist of: i. Three \"Quick Look Report\" that provide technical information on a foreign ammunition nature as requested by DI CA-Land. These would be requested at the start of the quarter and delivered on a monthly basis in order of priority as requested. Reports should be made available in a format as directed by DI CA-Land. This report should include: (1) Brief background of ammunition nature. (2) Technical specifications (e.g. weight, dimensions) including manufacturer if known. (3) Detail of mechanism of deployment. (4) Detail of mechanism of initiation. (5) Imagery including a full image of the ammunition nature and a cutaway or technical drawing if available. (6) Known strengths, weaknesses and vulnerabilities. OR ii. A detailed exploitation report of a foreign land service ammunition nature as requested by DI CA Land. This would be requested at the start of a quarter and delivered at the end of the quarter. This report should include. (1) Full background of the ammunition nature to include an overview of similar systems, if part of a family of systems. (2) Technical specifications (e.g. weight, dimensions) including manufacturer if known. (3) Detail of mechanism of deployment. (4) Detail of mechanism of initiation. (5) Details of known mitigation measures or suggested mitigations. (6) Imagery including a full image of the ammunition nature and a cutaway or technical drawing if available. (7) A sectioned training model of the munition correct to the technical specifications. e. Assist in the procurement of land service ammunition natures on behalf of DI CA Land. Ensure natures are free from explosive if required. This requires the contractor to be able to acquire ammunition natures of interest through legal mechanisms. This requirement will be on an adhoc basis and the contractor is expected to alert DI CA Land should an ammunition nature of interest be available. Additional Requirements 2. The following additional requirements are not output related but should be adhered to ensure the contractor has sufficient knowledge, skills and experience to complete the outputs to an acceptable standard: a. The contractor must be an X List company and have sufficient clearance to discuss items up to SECRET. b. The contractor should have accreditation from a recognisable institute that is relevant to the work being conducted (such as the Institute of Munition Clearance and Search Engineers). c. The contractor should be officially recognised by the international community as an expert.",
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73432000",
                        "description": "Test and evaluation of firearms and ammunition"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.gov.uk/government/organisations/ministry-of-defence",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "a. The contractor should have at least 10 years of expertise in explosive ordnance capability assessment and/or explosive ordnance clearance and maintains currency in this field of expertise b. The contractor should have accreditation from a recognisable institute that is relevant to the work being conducted (such as the Institute of Munition Clearance and Search Engineers). c. The contractor should be officially recognised by the international community as an expert within the field of land service ammunition, specifically landmines. d. The contractor should be a contributor to officially recognised publications within the field such as Janes.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "a. The contractor should have at least 10 years of expertise in explosive ordnance capability assessment and/or explosive ordnance clearance and maintains currency in this field of expertise b. The contractor should have accreditation from a recognisable institute that is relevant to the work being conducted (such as the Institute of Munition Clearance and Search Engineers). c. The contractor should be officially recognised by the international community as an expert within the field of land service ammunition, specifically landmines. d. The contractor should be a contributor to officially recognised publications within the field. e. Access to current or recent conflict areas in an official capacity.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "The small number of companies in this specialist field do not need 30 days to express interest"
        },
        "tenderPeriod": {
            "endDate": "2021-07-22T17:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-07-27T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "hasRecurrence": true,
        "contractTerms": {
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "In two years"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-21869",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1A 2HB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "ian.allpress910@mod.gov.uk",
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-defence",
                "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-21870",
            "name": "UK Strategic Command-Commercial",
            "identifier": {
                "legalName": "UK Strategic Command-Commercial"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-21869",
        "name": "Ministry of Defence"
    },
    "language": "en"
}