Tender

Project TAMPA - Additive Manufacturing as a Service Challenge

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

Tender

16 Sep 2022 at 14:15

Planning

11 Apr 2022 at 10:56

Summary of the contracting process

The Ministry of Defence is inviting tenders for the Project TAMPA - Additive Manufacturing as a Service Challenge in the military research and technology industry. The procurement is in the active stage, with a value ranging from £3M to £5M and a duration of 2 to 7 years. The Authority is looking to establish a multi-supplier Framework Arrangement to accelerate Additive Manufacturing technology, focusing on addressing Defence inventory issues and improving platform availability. The deadline for tenders is set for October 17, 2022.

This tender opportunity requires suppliers with existing MOD equipment/platform support contracts capable of benefiting from Metal Additive Manufacturing technology. The Authority aims to produce certified metallic parts for the Defence Inventory and engage with industry to scale the technology efficiently. Businesses offering repair and maintenance services for military equipment, aerospace, and security systems are well-suited to compete. The procurement method is selective, with a plan to reopen the Framework for suppliers to join twice a year under the same terms and conditions.

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

Project TAMPA - Additive Manufacturing as a Service Challenge

Notice Description

Additive Manufacturing (AdM), also known as 3D printing, is a range of manufacturing technologies that enable the creation of lighter, stronger parts and systems. It has the potential to address significant issues within Defence such as excessive lead times for Defence inventory and manufacture of obsolete/obsolescent parts to improve platform availability. A Prior Information Notice (PIN) was published on 11/04/2022 to inform the market of an upcoming Framework Agreement opportunity under the Reference Number 703280451, titled 'Metal Additive Manufacturing as a Service Challenge'. This Project will now be known as 'Project TAMPA -Additive Manufacturing as a Service Challenge' under the new Reference Number of this Opportunity Listing. The Authority wishes to enter into a multi-supplier Framework Arrangement for accelerating the maturity of Additive Manufacturing technology to better exploit the technology within the end-to-end support chain, deliver a more agile response to demand for parts, and begin to generate the inherent efficiencies that this technology promises. The Authority intends to seek bids for limited innovation funding to conduct spiral development tasks under the new Framework; spiral tasks will be awarded via mini-competition between Framework participants (the Authority may choose to include the first task with the Framework Invitation to Tender). The Authority currently estimates the Framework value between PS3M - 5M, duration of 2 - 7 years (further funding in the later Option years (up to the max 7 yrs) may be considered). It is recognised that the funding available from the Authority needs to be underpinned by a level of investment from suppliers in order to realise the advantages of this technology. The Authority also requires that suppliers wishing to apply for this Opportunity must already have one or more extant equipment/platform support contracts in place with the Ministry of Defence to provide military spares under NSN; the supply of spare parts must be capable of benefitting from Metal Additive Manufacturing technology. The support contracts already in place with potential suppliers for this Opportunity must be extant for a minimum period of 2 years following the intended award date of the Framework. If these extant support contracts expire without replacement then the supplier may stay on the Framework but may not be invited to take part in any mini-competitions where the existence of the support contract is a pre-requisite: they may however still take part in other Framework activities, eg working groups. The rationale for restricting award of a Framework place to those Suppliers who already have an equipment/ platform support contract in place is that these Suppliers will: * understand the challenges associated with part provision for these equipment/platform(s); * will be familiar with the underlying processes and procedures associated with certification, quality control and inventory management * will be familiar with the MOD community associated with the equipment/platform(s) * have access to the design rights with the equipment/platform(s) * already have channels set up to supply and install spares on military platforms * either have in-house additive manufacturing facilities, have established relationships with additive manufacturing technology suppliers, or be willing to enter into such collaborative arrangements. * be security cleared for involvement with the supply of spares for particular equipments/platform(s) The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is NOT APPLICABLE. Additional Information: It is intended that the multi-supplier Framework benefits/outcomes will include, but may not be limited to: * Initially produce certified metallic parts for the Defence Inventory, for which the print files are transmissible over the Defence infrastructure; * Collect and share learning with the Authority and collaborative MOD/ industry working groups regarding the process to fit the parts onto In-Service platform/equipments (conducted under extant support contracts with the Authority); * Facilitate collaborative working to generate the underlying processes that will enable rapid scaling across further ranges of inventory and materials; * Achieve Industry, DE&S and FLC engagement, increased interest and commitment regarding the use of Additive Manufacturing within the UK Defence Supply Chain. The rationale for focusing initially on metallic parts is two-fold: * It is the lack of availability of metallic parts of the inventory that is currently affecting equipment/ platform availability; * It reduces the needs associated with certification. The Authority anticipates that an initial task (Spiral 1) under the new Framework will produce a non-safety critical metallic NSN. This will be followed by a series of further spirals that will seek to incrementally address increasing degrees of complexity. The spiral tasks envisaged by the Authority are set out below (these will be subject to individual approvals and are indicative only at this stage): * Spiral 2 - a safety critical metallic NSN, produced in the Industrial base, certified by the producer (OEM or under licence). * Spiral 3 - a non-safety critical metallic (or polymer) NSN, produced in a location remote from the Industrial base, certified by the producer * Spiral 4a - a safety critical metallic (or polymer) NSN, produced in a location remote from the industrial base, certified by the producer * Spiral 4b - a non-safety critical metallic (or polymer) NSN, produced in a location remote from the Industrial base, certified by the producer and where access to Design Rights is required. This competition is subject to the DSPCR 2011 Restricted Procedure. To establish a list of suppliers to be taken forward to ITT, it is the Authority's intention, through this PQQ and Contract Notice, to source interest from and screen the capability of the industrial supply base. Participation at the next stage (Invitation to Tender (ITT)) will be subject to successfully passing the Pre-Qualification Questionnaire (PQQ) released with this Contract Notice. There is no intention to limit by number the suppliers who can be taken forward to the Invitation to Tender stage as this will be for joining a multi-supplier Framework; however potential applicants are advised that their PQQ responses will be evaluated on the basis of their ability to meet all the technical criteria and those not meeting the minimum criteria will not be taken forward to receive an Invitation to Tender. The Authority intends to re-open the Framework on a maximum twice-yearly basis for additional suppliers to join, via the same competitive process and under the same Framework terms and conditions. Quantity or scope: The Framework will last for initially 2 years and will be subject to further Options for years 3 up to 7. The Framework is intended to be re-opened on a maximum twice-yearly basis for other suppliers to join, via the same competitive process and under the same Framework terms and conditions..

Lot Information

Lot 1

The Authority's potential procurement intends to select Suppliers to: * Produce certified metallic parts for the Defence Inventory, for which the print files are transmissible over the Defence infrastructure; * Collect and share learning with The Authority and collaborative MOD/ industry working groups regarding the process to fit the parts onto In-Service platform/ equipments (conducted under extant support contracts with The Authority); * Facilitate collaborative working to generate the underlying processes that will enable rapid scaling across further ranges of inventory; * Achieve Industry, DE&S and FLC engagement, increased interest and commitment regarding the use of Additive Manufacturing within the UK Defence Supply Chain. Following on from the initial task to produce a non-safety critical metallic NSN, a series of further spirals are envisaged that will seek to incrementally address increasing degrees of complexity as set out below: * Spiral 2 - a safety critical metallic NSN, produced in the Industrial base, certified by the producer * Spiral 3 - a non-safety critical metallic (or polymer) NSN, produced in a location remote from the Industrial base, certified by the producer * Spiral 4a - a safety critical metallic (or polymer) NSN, produced in a location remote from the industrial base, certified by the producer * Spiral 4b - a non-safety critical metallic (or polymer) NSN, produced in a location remote from the Industrial base, certified by the producer and where access to Design Rights is required Additional information: Industry Day The Authority intends to hold a virtual Engagement Event, on 27 April 2022. The Authority will take 30-60 minutes outlining the background to the task and expectations, providing a further 30 minutes for clarification questions. Please submit clarification questions, via the Defence Sourcing Portal (DSP): https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=53830

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-032c1b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026083-2022
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

50 - Repair and maintenance services

73 - Research and development services and related consultancy services

75 - Administration, defence and social security services

98 - Other community, social and personal services


CPV Codes

35421100 - Engines and engine parts for military vehicles

35422000 - Electronic and electrical spare parts for military vehicles

35611400 - Military transport aircrafts

35612300 - Support helicopters

35612400 - Military transport helicopters

35631100 - Communication satellites

35631200 - Observation satellites

35631300 - Navigation satellites

35641100 - Engines and engine parts for military aerospace equipment

35642000 - Electronic and electrical spare parts for military aerospace equipment

35811300 - Military uniforms

35813100 - Helmet covers

50111110 - Vehicle-fleet-support services

50610000 - Repair and maintenance services of security equipment

50620000 - Repair and maintenance services of firearms and ammunition

50630000 - Repair and maintenance services of military vehicles

50640000 - Repair and maintenance services of warships

50650000 - Repair and maintenance services of military aircrafts, missiles and spacecrafts

50660000 - Repair and maintenance services of military electronic systems

73410000 - Military research and technology

73421000 - Development of security equipment

73422000 - Development of firearms and ammunition

73423000 - Development of military vehicles

73424000 - Development of warships

73425000 - Development of military aircrafts, missiles and spacecrafts

73426000 - Development of military electronic systems

73431000 - Test and evaluation of security equipment

73432000 - Test and evaluation of firearms and ammunition

73433000 - Test and evaluation of military vehicles

73434000 - Test and evaluation of warships

73435000 - Test and evaluation of military aircrafts, missiles and spacecrafts

73436000 - Test and evaluation of military electronic systems

75221000 - Military defence services

98362100 - Marine-base support services

Notice Value(s)

Tender Value
£5,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Sep 20223 years ago
Submission Deadline
17 Oct 2022Expired
Future Notice Date
30 May 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Maximum twice yearly framework re-opening

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Additional Buyers

MINISTRY OF DEFENCE - UK STRATEGIC COMMAND

Contact Name
Bethany Gold, attn: Gold Bethany
Contact Email
bethany.gold100@mod.gov.uk, mark.bartlett105@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
N/A
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

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-032c1b-2022-09-16T15:15:34+01:00",
    "date": "2022-09-16T15:15:34+01:00",
    "ocid": "ocds-h6vhtk-032c1b",
    "initiationType": "tender",
    "tender": {
        "id": "704935450",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Project TAMPA - Additive Manufacturing as a Service Challenge",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "73410000",
            "description": "Military research and technology"
        },
        "mainProcurementCategory": "services",
        "description": "Additive Manufacturing (AdM), also known as 3D printing, is a range of manufacturing technologies that enable the creation of lighter, stronger parts and systems. It has the potential to address significant issues within Defence such as excessive lead times for Defence inventory and manufacture of obsolete/obsolescent parts to improve platform availability. A Prior Information Notice (PIN) was published on 11/04/2022 to inform the market of an upcoming Framework Agreement opportunity under the Reference Number 703280451, titled 'Metal Additive Manufacturing as a Service Challenge'. This Project will now be known as 'Project TAMPA -Additive Manufacturing as a Service Challenge' under the new Reference Number of this Opportunity Listing. The Authority wishes to enter into a multi-supplier Framework Arrangement for accelerating the maturity of Additive Manufacturing technology to better exploit the technology within the end-to-end support chain, deliver a more agile response to demand for parts, and begin to generate the inherent efficiencies that this technology promises. The Authority intends to seek bids for limited innovation funding to conduct spiral development tasks under the new Framework; spiral tasks will be awarded via mini-competition between Framework participants (the Authority may choose to include the first task with the Framework Invitation to Tender). The Authority currently estimates the Framework value between PS3M - 5M, duration of 2 - 7 years (further funding in the later Option years (up to the max 7 yrs) may be considered). It is recognised that the funding available from the Authority needs to be underpinned by a level of investment from suppliers in order to realise the advantages of this technology. The Authority also requires that suppliers wishing to apply for this Opportunity must already have one or more extant equipment/platform support contracts in place with the Ministry of Defence to provide military spares under NSN; the supply of spare parts must be capable of benefitting from Metal Additive Manufacturing technology. The support contracts already in place with potential suppliers for this Opportunity must be extant for a minimum period of 2 years following the intended award date of the Framework. If these extant support contracts expire without replacement then the supplier may stay on the Framework but may not be invited to take part in any mini-competitions where the existence of the support contract is a pre-requisite: they may however still take part in other Framework activities, eg working groups. The rationale for restricting award of a Framework place to those Suppliers who already have an equipment/ platform support contract in place is that these Suppliers will: * understand the challenges associated with part provision for these equipment/platform(s); * will be familiar with the underlying processes and procedures associated with certification, quality control and inventory management * will be familiar with the MOD community associated with the equipment/platform(s) * have access to the design rights with the equipment/platform(s) * already have channels set up to supply and install spares on military platforms * either have in-house additive manufacturing facilities, have established relationships with additive manufacturing technology suppliers, or be willing to enter into such collaborative arrangements. * be security cleared for involvement with the supply of spares for particular equipments/platform(s) The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is NOT APPLICABLE. Additional Information: It is intended that the multi-supplier Framework benefits/outcomes will include, but may not be limited to: * Initially produce certified metallic parts for the Defence Inventory, for which the print files are transmissible over the Defence infrastructure; * Collect and share learning with the Authority and collaborative MOD/ industry working groups regarding the process to fit the parts onto In-Service platform/equipments (conducted under extant support contracts with the Authority); * Facilitate collaborative working to generate the underlying processes that will enable rapid scaling across further ranges of inventory and materials; * Achieve Industry, DE&S and FLC engagement, increased interest and commitment regarding the use of Additive Manufacturing within the UK Defence Supply Chain. The rationale for focusing initially on metallic parts is two-fold: * It is the lack of availability of metallic parts of the inventory that is currently affecting equipment/ platform availability; * It reduces the needs associated with certification. The Authority anticipates that an initial task (Spiral 1) under the new Framework will produce a non-safety critical metallic NSN. This will be followed by a series of further spirals that will seek to incrementally address increasing degrees of complexity. The spiral tasks envisaged by the Authority are set out below (these will be subject to individual approvals and are indicative only at this stage): * Spiral 2 - a safety critical metallic NSN, produced in the Industrial base, certified by the producer (OEM or under licence). * Spiral 3 - a non-safety critical metallic (or polymer) NSN, produced in a location remote from the Industrial base, certified by the producer * Spiral 4a - a safety critical metallic (or polymer) NSN, produced in a location remote from the industrial base, certified by the producer * Spiral 4b - a non-safety critical metallic (or polymer) NSN, produced in a location remote from the Industrial base, certified by the producer and where access to Design Rights is required. This competition is subject to the DSPCR 2011 Restricted Procedure. To establish a list of suppliers to be taken forward to ITT, it is the Authority's intention, through this PQQ and Contract Notice, to source interest from and screen the capability of the industrial supply base. Participation at the next stage (Invitation to Tender (ITT)) will be subject to successfully passing the Pre-Qualification Questionnaire (PQQ) released with this Contract Notice. There is no intention to limit by number the suppliers who can be taken forward to the Invitation to Tender stage as this will be for joining a multi-supplier Framework; however potential applicants are advised that their PQQ responses will be evaluated on the basis of their ability to meet all the technical criteria and those not meeting the minimum criteria will not be taken forward to receive an Invitation to Tender. The Authority intends to re-open the Framework on a maximum twice-yearly basis for additional suppliers to join, via the same competitive process and under the same Framework terms and conditions. Quantity or scope: The Framework will last for initially 2 years and will be subject to further Options for years 3 up to 7. The Framework is intended to be re-opened on a maximum twice-yearly basis for other suppliers to join, via the same competitive process and under the same Framework terms and conditions..",
        "value": {
            "amount": 5000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Authority's potential procurement intends to select Suppliers to: * Produce certified metallic parts for the Defence Inventory, for which the print files are transmissible over the Defence infrastructure; * Collect and share learning with The Authority and collaborative MOD/ industry working groups regarding the process to fit the parts onto In-Service platform/ equipments (conducted under extant support contracts with The Authority); * Facilitate collaborative working to generate the underlying processes that will enable rapid scaling across further ranges of inventory; * Achieve Industry, DE&S and FLC engagement, increased interest and commitment regarding the use of Additive Manufacturing within the UK Defence Supply Chain. Following on from the initial task to produce a non-safety critical metallic NSN, a series of further spirals are envisaged that will seek to incrementally address increasing degrees of complexity as set out below: * Spiral 2 - a safety critical metallic NSN, produced in the Industrial base, certified by the producer * Spiral 3 - a non-safety critical metallic (or polymer) NSN, produced in a location remote from the Industrial base, certified by the producer * Spiral 4a - a safety critical metallic (or polymer) NSN, produced in a location remote from the industrial base, certified by the producer * Spiral 4b - a non-safety critical metallic (or polymer) NSN, produced in a location remote from the Industrial base, certified by the producer and where access to Design Rights is required Additional information: Industry Day The Authority intends to hold a virtual Engagement Event, on 27 April 2022. The Authority will take 30-60 minutes outlining the background to the task and expectations, providing a further 30 minutes for clarification questions. Please submit clarification questions, via the Defence Sourcing Portal (DSP): https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=53830",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35421100",
                        "description": "Engines and engine parts for military vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35422000",
                        "description": "Electronic and electrical spare parts for military vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35611400",
                        "description": "Military transport aircrafts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35612300",
                        "description": "Support helicopters"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35612400",
                        "description": "Military transport helicopters"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35631100",
                        "description": "Communication satellites"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35631300",
                        "description": "Navigation satellites"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35642000",
                        "description": "Electronic and electrical spare parts for military aerospace equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35811300",
                        "description": "Military uniforms"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35813100",
                        "description": "Helmet covers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50111110",
                        "description": "Vehicle-fleet-support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50610000",
                        "description": "Repair and maintenance services of security equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50620000",
                        "description": "Repair and maintenance services of firearms and ammunition"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50630000",
                        "description": "Repair and maintenance services of military vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50640000",
                        "description": "Repair and maintenance services of warships"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50650000",
                        "description": "Repair and maintenance services of military aircrafts, missiles and spacecrafts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50660000",
                        "description": "Repair and maintenance services of military electronic systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73410000",
                        "description": "Military research and technology"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73422000",
                        "description": "Development of firearms and ammunition"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73423000",
                        "description": "Development of military vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73424000",
                        "description": "Development of warships"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73425000",
                        "description": "Development of military aircrafts, missiles and spacecrafts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73426000",
                        "description": "Development of military electronic systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73431000",
                        "description": "Test and evaluation of security equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73432000",
                        "description": "Test and evaluation of firearms and ammunition"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73433000",
                        "description": "Test and evaluation of military vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73434000",
                        "description": "Test and evaluation of warships"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73435000",
                        "description": "Test and evaluation of military aircrafts, missiles and spacecrafts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73436000",
                        "description": "Test and evaluation of military electronic systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75221000",
                        "description": "Military defence services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98362100",
                        "description": "Marine-base support services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ]
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-05-31T00:00:00+01:00",
            "atypicalToolUrl": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=53830"
        },
        "coveredBy": [
            "GPA"
        ],
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "35422000",
                "description": "Electronic and electrical spare parts for military vehicles"
            },
            {
                "scheme": "CPV",
                "id": "35611400",
                "description": "Military transport aircrafts"
            },
            {
                "scheme": "CPV",
                "id": "35612300",
                "description": "Support helicopters"
            },
            {
                "scheme": "CPV",
                "id": "35612400",
                "description": "Military transport helicopters"
            },
            {
                "scheme": "CPV",
                "id": "35631100",
                "description": "Communication satellites"
            },
            {
                "scheme": "CPV",
                "id": "35631200",
                "description": "Observation satellites"
            },
            {
                "scheme": "CPV",
                "id": "35631300",
                "description": "Navigation satellites"
            },
            {
                "scheme": "CPV",
                "id": "35641100",
                "description": "Engines and engine parts for military aerospace equipment"
            },
            {
                "scheme": "CPV",
                "id": "35642000",
                "description": "Electronic and electrical spare parts for military aerospace equipment"
            },
            {
                "scheme": "CPV",
                "id": "35811300",
                "description": "Military uniforms"
            },
            {
                "scheme": "CPV",
                "id": "35813100",
                "description": "Helmet covers"
            },
            {
                "scheme": "CPV",
                "id": "50111110",
                "description": "Vehicle-fleet-support services"
            },
            {
                "scheme": "CPV",
                "id": "50610000",
                "description": "Repair and maintenance services of security equipment"
            },
            {
                "scheme": "CPV",
                "id": "50620000",
                "description": "Repair and maintenance services of firearms and ammunition"
            },
            {
                "scheme": "CPV",
                "id": "50630000",
                "description": "Repair and maintenance services of military vehicles"
            },
            {
                "scheme": "CPV",
                "id": "50640000",
                "description": "Repair and maintenance services of warships"
            },
            {
                "scheme": "CPV",
                "id": "50650000",
                "description": "Repair and maintenance services of military aircrafts, missiles and spacecrafts"
            },
            {
                "scheme": "CPV",
                "id": "50660000",
                "description": "Repair and maintenance services of military electronic systems"
            },
            {
                "scheme": "CPV",
                "id": "73421000",
                "description": "Development of security equipment"
            },
            {
                "scheme": "CPV",
                "id": "73422000",
                "description": "Development of firearms and ammunition"
            },
            {
                "scheme": "CPV",
                "id": "73423000",
                "description": "Development of military vehicles"
            },
            {
                "scheme": "CPV",
                "id": "73425000",
                "description": "Development of military aircrafts, missiles and spacecrafts"
            },
            {
                "scheme": "CPV",
                "id": "73426000",
                "description": "Development of military electronic systems"
            },
            {
                "scheme": "CPV",
                "id": "73431000",
                "description": "Test and evaluation of security equipment"
            },
            {
                "scheme": "CPV",
                "id": "73432000",
                "description": "Test and evaluation of firearms and ammunition"
            },
            {
                "scheme": "CPV",
                "id": "73433000",
                "description": "Test and evaluation of military vehicles"
            },
            {
                "scheme": "CPV",
                "id": "73434000",
                "description": "Test and evaluation of warships"
            },
            {
                "scheme": "CPV",
                "id": "73435000",
                "description": "Test and evaluation of military aircrafts, missiles and spacecrafts"
            },
            {
                "scheme": "CPV",
                "id": "73436000",
                "description": "Test and evaluation of military electronic systems"
            },
            {
                "scheme": "CPV",
                "id": "75221000",
                "description": "Military defence services"
            },
            {
                "scheme": "CPV",
                "id": "98362100",
                "description": "Marine-base support services"
            },
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "14",
                "description": "Research and development services and evaluation tests"
            }
        ],
        "minValue": {
            "amount": 3000000,
            "currency": "GBP"
        },
        "hasOptions": true,
        "options": {
            "description": "Years 3 to 7 of the Framework will be subject to Options.",
            "period": {
                "durationInDays": 360
            }
        },
        "hasRenewal": true,
        "contractPeriod": {
            "durationInDays": 2520
        },
        "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."
        },
        "submissionTerms": {
            "variantPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "submissionMethod": [
            "written"
        ],
        "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": "Suppliers must already have an existing MOD equipment/platform support contract in place. See also PQQ",
                    "minimum": "Suppliers must already have an existing MOD equipment/platform support contract in place. See also PQQ.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Suppliers must already have an existing MOD equipment/platform support contract in place. See also PQQ",
                    "minimum": "See PQQ",
                    "appliesTo": [
                        "subcontractor"
                    ]
                },
                {
                    "type": "technical",
                    "description": "As stated in the PQQ",
                    "minimum": "As stated in the PQQ",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "As stated in the PQQ",
                    "minimum": "As stated in the PQQ",
                    "appliesTo": [
                        "subcontractor"
                    ]
                }
            ]
        },
        "contractTerms": {
            "otherTerms": "See PQQ"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted",
        "secondStage": {
            "minimumCandidates": 3
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "period": {
                    "durationInDays": 2555
                },
                "minimumValue": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "value": {
                    "amount": 5000000,
                    "currency": "GBP"
                }
            }
        },
        "tenderPeriod": {
            "endDate": "2022-10-17T23:59:00+01:00"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Maximum twice yearly framework re-opening"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-49528",
            "name": "Ministry of Defence - UK Strategic Command",
            "identifier": {
                "legalName": "Ministry of Defence - UK Strategic Command"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Mark.Bartlett105@mod.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=53830",
                "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-63709",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "DES FCG-Commercial, Future Capabilities Group, Spruce 2B, MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Bethany Gold, attn: Gold Bethany",
                "email": "Bethany.Gold100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.GOV.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"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-63709",
        "name": "Ministry of Defence"
    },
    "language": "en",
    "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."
}