Tender

Explosive Material Identification Procurement Project

DEFENCE EQUIPMENT AND SUPPORT

This public procurement record has 4 releases in its history.

Tender

01 Aug 2025 at 16:00

Planning

18 Jun 2025 at 11:57

Planning

09 May 2025 at 12:04

Planning

09 May 2025 at 12:01

Summary of the contracting process

The "Explosive Material Identification Procurement Project" is an active procurement process led by Defence Equipment and Support, a division of the UK Ministry of Defence located in Bristol. The project aims to acquire and support 126 Commercial Off The Shelf (COTS) handheld explosive material identification equipment divided into two lots. These include the procurement of 63 FTIR spectrum analysers and 63 RAMAN spectrum analysers, each with in-service support extending to eight years post-acceptance of the full operating capability. The procurement process, categorised under the defence and security industry, uses a competitive flexible procedure approach in compliance with the Procurement Act 2023. Key dates include an expression of interest deadline on 12th September 2025, with the procurement stage currently in tender.

This tender represents an excellent opportunity for businesses specialising in spectrum analysis and detection equipment, particularly within the defence sector. SMEs are encouraged to participate and can compete for either or both lots, expanding their footprint in the government defence space. Companies with expertise in manufacturing robust, deployable equipment that can withstand diverse environmental conditions and include the features outlined in the tender will find significant potential for growth. Furthermore, the opportunity to extend the contract by an additional two years presents a lucrative chance for long-term engagement and revenue generation. Robust supply chain management and technical support capabilities will be crucial for success in securing this contract.

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

Explosive Material Identification Procurement Project

Notice Description

The Explosive Material Identification Procurement Project is the requirement is for the procurement and in service support of 126 Commercial Off The Shelf (COTS) Handheld explosive material identification equipment. This Project is being split into two Lots as detailed below: a. Lot 1: The procurement and In-Service Support of Hand-Held FTIR Spectrum analysers This requirement is for the Procurement and In-Service Support of x63 Hand-Held FTIR Spectrum Analysers, with the option to purchase additional analysers if required. The requirement is for the delivery of Initial Operating Capability (IOC) of x20 FTIR units within 4 months of Contract Award. In-Service Support shall commence from IOC and continue for a period of 8 years from acceptance of Full Operating Capability (FOC). FOC shall be delivered within 1 year and 4 months of Contract Award. Options to extend Contract duration are detailed in Paragraph 4. The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management. The Hand-held FTIR analysers capability shall be a single Hand-held unit able to identify Substances of Interest (SOI's) such as explosive material, narcotics and other threat chemicals, providing indication and identification of SOI's by direct Sample. The capability is expected to be Hand-held, deployable and robust for deployment in all environmental climates and able to identify SOI present in a material, mixture, and provide Identification of DARK and highly fluorescent SOI's. The capability is expected to be updated with supplier-based threat data and spectrum libraries, with the opportunity to utilise third-party libraries as and when required. b. Lot 2: The procurement and in-service support of 63 x Hand-Held RAMAN spectrum analysers. The requirement is for the procurement and in service support of x63 Hand-held RAMAN spectrum analysers, with the option to purchase additional analysers if required. The requirement is for the delivery of Initial Operating Capability (IOC) of x20 units within 4 months of contract award. In-Service support shall commence from IOC and continue for a period of 8 years from acceptance of Full Operating Capability (FOC). FOC shall be delivered within 1 year 4 months of contract award. Options to extend Contract duration are detailed in Paragraph 4. The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management. The Hand-held RAMAN analysers capability shall be a single Hand-held unit able to identify Substances of Interest (SOI's) such as explosive material, narcotics and other threat chemicals, providing indication and identification of SOI's by through barrier and standoff methods. The capability is expected to be Hand-held, deployable and robust for deployment in all environmental climates and able to identify SOI present in a material, mixture and through barrier. The capability is expected to be updated with supplier-based threat data and spectrum libraries. With the opportunity to utilise third party libraries as and when required. The highest classification of the requirements and data managed through any resulting Contracts for Lot 1 or Lot 2 is OFFICIAL SENSITIVE. The Cyber Risk level for this procurement is MODERATE for both LOTs. The Risk Assessment Reference (RAR) are as follows: a. Project 1: RAR-250404A03 b. Project 2: RAR-250404A06 A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Potential Providers should make themselves familiar with the requirements against the profile assessment for this risk level.

Lot Information

Procurement and In-Service Support of Hand-Held FTIR Spectrum Analysers

a. Lot 1: The procurement and In-Service Support of Hand-Held FTIR Spectrum analysers This requirement is for the Procurement and In-Service Support of x63 Hand-Held FTIR Spectrum Analysers, with the option to purchase additional analysers if required. The requirement is for the delivery of Initial Operating Capability (IOC) of x20 FTIR units within 4 months of Contract Award. In-Service Support shall commence from IOC and continue for a period of 8 years from acceptance of Full Operating Capability (FOC). FOC shall be delivered within 1 year and 4 months of Contract Award. Options to extend Contract duration are included. The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management. The Hand-held FTIR analysers capability shall be a single Hand-held unit able to identify Substances of Interest (SOI's) such as explosive material, narcotics and other threat chemicals, providing indication and identification of SOI's by direct Sample. The capability is expected to be Hand-held, deployable and robust for deployment in all environmental climates and able to identify SOI present in a material, mixture, and provide Identification of DARK and highly fluorescent SOI's. The capability is expected to be updated with supplier-based threat data and spectrum libraries, with the opportunity to utilise third-party libraries as and when required.

Options: Any resulting Contract of Lot 1 (Procurement and In-Service Support of Hand-held FTIR Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. Any resulting Contract of Lot 2 (Procurement and In-Service Support of Hand-held RAMAN Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s) listed above. Further information on the option(s) will be provided in the Invitation to Tender.

Renewal: Any resulting Contract of Lot 1 (Procurement and In-Service Support of Hand-held FTIR Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. Any resulting Contract of Lot 2 (Procurement and In-Service Support of Hand-held RAMAN Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s) listed above. Further information on the option(s) will be provided in the Invitation to Tender.

Procurement and In-Service Support of Hand-Held RAMAN Spectrum Analysers

Lot 2: The procurement and in-service support of 63 x Hand-Held RAMAN spectrum analysers. The requirement is for the procurement and in service support of x63 Hand-held RAMAN spectrum analysers, with the option to purchase additional analysers if required. The requirement is for the delivery of Initial Operating Capability (IOC) of x20 units within 4 months of contract award. In-Service support shall commence from IOC and continue for a period of 8 years from acceptance of Full Operating Capability (FOC). FOC shall be delivered within 1 year 4 months of contract award. Options to extend Contract duration are included. The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management. The Hand-held RAMAN analysers capability shall be a single Hand-held unit able to identify Substances of Interest (SOI's) such as explosive material, narcotics and other threat chemicals, providing indication and identification of SOI's by through barrier and standoff methods. The capability is expected to be Hand-held, deployable and robust for deployment in all environmental climates and able to identify SOI present in a material, mixture and through barrier. The capability is expected to be updated with supplier-based threat data and spectrum libraries. With the opportunity to utilise third party libraries as and when required.

Options: Any resulting Contract of Lot 1 (Procurement and In-Service Support of Hand-held FTIR Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. Any resulting Contract of Lot 2 (Procurement and In-Service Support of Hand-held RAMAN Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s) listed above. Further information on the option(s) will be provided in the Invitation to Tender.

Renewal: Any resulting Contract of Lot 1 (Procurement and In-Service Support of Hand-held FTIR Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. Any resulting Contract of Lot 2 (Procurement and In-Service Support of Hand-held RAMAN Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s) listed above. Further information on the option(s) will be provided in the Invitation to Tender.

Planning Information

The Authority intends to undertake further market engagement with interested suppliers until 24th July to understand the market for each Lot and potential solutions. The Authority will be contacting Suppliers identified in market research to understand the competitive market for each lot as well as providing suppliers with the opportunity for engagement sessions. The proposed engagement sessions will provide suppliers with the opportunity to present their capabilities to the Authority through face-to-face (F2F) meetings or, where F2F meetings are not feasible, virtual alternatives. Each meeting will be limited to 60 minutes in duration and will not delve into specific project details or information about the requirements. Please note all questions raised by interested suppliers will be collated by the Authority and subsequently shared to ensure transparency and uphold the principles of fair and open competition. Please contact deslestsp-seec-commercial@mod.gov.uk quoting reference ‘714783450’ by 04th July 2025 if you would like to arrange an engagement session. Please note if you do not quote reference '714783450' your email may not be seen. All information provided at each Market Engagement Stage shall not be used by the Authority to down select or evaluate suppliers but shall help inform the development of the requirement and contracting strategy only. In issuing this Preliminary Market Engagement Notice, The Authority is not committing to commence with any procurement in relation to the requirements stated in this Notice. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050fb0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/045386-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38433300 - Spectrum analyser

38434500 - Biochemical analysers

38546100 - Bomb detectors

Notice Value(s)

Tender Value
£8,000,000 £1M-£10M
Lots Value
£8,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Aug 20256 months ago
Submission Deadline
26 Aug 2025Expired
Future Notice Date
1 Aug 2025Expired
Award Date
Not specified
Contract Period
29 Apr 2026 - 31 Aug 2035 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DEFENCE EQUIPMENT AND SUPPORT
Contact Name
Maia Harris
Contact Email
deslestsp-seec-commercial@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

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

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

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-050fb0-2025-08-01T17:00:41+01:00",
    "date": "2025-08-01T17:00:41+01:00",
    "ocid": "ocds-h6vhtk-050fb0",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "020053-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/020053-2025",
                "datePublished": "2025-05-09T13:01:20+01:00",
                "format": "text/html"
            },
            {
                "id": "020054-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/020054-2025",
                "datePublished": "2025-05-09T13:04:02+01:00",
                "format": "text/html"
            },
            {
                "id": "033261-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/033261-2025",
                "datePublished": "2025-06-18T12:57:39+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The Authority intends to undertake further market engagement with interested suppliers until 24th July to understand the market for each Lot and potential solutions. The Authority will be contacting Suppliers identified in market research to understand the competitive market for each lot as well as providing suppliers with the opportunity for engagement sessions. The proposed engagement sessions will provide suppliers with the opportunity to present their capabilities to the Authority through face-to-face (F2F) meetings or, where F2F meetings are not feasible, virtual alternatives. Each meeting will be limited to 60 minutes in duration and will not delve into specific project details or information about the requirements. Please note all questions raised by interested suppliers will be collated by the Authority and subsequently shared to ensure transparency and uphold the principles of fair and open competition. Please contact deslestsp-seec-commercial@mod.gov.uk quoting reference '714783450' by 04th July 2025 if you would like to arrange an engagement session. Please note if you do not quote reference '714783450' your email may not be seen. All information provided at each Market Engagement Stage shall not be used by the Authority to down select or evaluate suppliers but shall help inform the development of the requirement and contracting strategy only. In issuing this Preliminary Market Engagement Notice, The Authority is not committing to commence with any procurement in relation to the requirements stated in this Notice. Accordingly, any expenditure, work or effort undertaken before contract award is a matter solely for the commercial judgement of potential suppliers.",
                "dueDate": "2025-07-04T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PVRL-5831-GLMM",
            "name": "Defence Equipment and Support",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVRL-5831-GLMM"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "name": "Maia Harris",
                "email": "deslestsp-seec-commercial@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-equipment-and-support",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVRL-5831-GLMM",
        "name": "Defence Equipment and Support"
    },
    "tender": {
        "id": "714783450",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Explosive Material Identification Procurement Project",
        "description": "The Explosive Material Identification Procurement Project is the requirement is for the procurement and in service support of 126 Commercial Off The Shelf (COTS) Handheld explosive material identification equipment. This Project is being split into two Lots as detailed below: a. Lot 1: The procurement and In-Service Support of Hand-Held FTIR Spectrum analysers This requirement is for the Procurement and In-Service Support of x63 Hand-Held FTIR Spectrum Analysers, with the option to purchase additional analysers if required. The requirement is for the delivery of Initial Operating Capability (IOC) of x20 FTIR units within 4 months of Contract Award. In-Service Support shall commence from IOC and continue for a period of 8 years from acceptance of Full Operating Capability (FOC). FOC shall be delivered within 1 year and 4 months of Contract Award. Options to extend Contract duration are detailed in Paragraph 4. The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management. The Hand-held FTIR analysers capability shall be a single Hand-held unit able to identify Substances of Interest (SOI's) such as explosive material, narcotics and other threat chemicals, providing indication and identification of SOI's by direct Sample. The capability is expected to be Hand-held, deployable and robust for deployment in all environmental climates and able to identify SOI present in a material, mixture, and provide Identification of DARK and highly fluorescent SOI's. The capability is expected to be updated with supplier-based threat data and spectrum libraries, with the opportunity to utilise third-party libraries as and when required. b. Lot 2: The procurement and in-service support of 63 x Hand-Held RAMAN spectrum analysers. The requirement is for the procurement and in service support of x63 Hand-held RAMAN spectrum analysers, with the option to purchase additional analysers if required. The requirement is for the delivery of Initial Operating Capability (IOC) of x20 units within 4 months of contract award. In-Service support shall commence from IOC and continue for a period of 8 years from acceptance of Full Operating Capability (FOC). FOC shall be delivered within 1 year 4 months of contract award. Options to extend Contract duration are detailed in Paragraph 4. The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management. The Hand-held RAMAN analysers capability shall be a single Hand-held unit able to identify Substances of Interest (SOI's) such as explosive material, narcotics and other threat chemicals, providing indication and identification of SOI's by through barrier and standoff methods. The capability is expected to be Hand-held, deployable and robust for deployment in all environmental climates and able to identify SOI present in a material, mixture and through barrier. The capability is expected to be updated with supplier-based threat data and spectrum libraries. With the opportunity to utilise third party libraries as and when required. The highest classification of the requirements and data managed through any resulting Contracts for Lot 1 or Lot 2 is OFFICIAL SENSITIVE. The Cyber Risk level for this procurement is MODERATE for both LOTs. The Risk Assessment Reference (RAR) are as follows: a. Project 1: RAR-250404A03 b. Project 2: RAR-250404A06 A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Potential Providers should make themselves familiar with the requirements against the profile assessment for this risk level.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38546100",
                        "description": "Bomb detectors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38434500",
                        "description": "Biochemical analysers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38433300",
                        "description": "Spectrum analyser"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38546100",
                        "description": "Bomb detectors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38434500",
                        "description": "Biochemical analysers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38433300",
                        "description": "Spectrum analyser"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 9600000,
            "amount": 8000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-30T00:00:00+01:00",
                    "endDate": "2035-08-31T23:59:59+01:00",
                    "maxExtentDate": "2037-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "title": "Procurement and In-Service Support of Hand-Held FTIR Spectrum Analysers",
                "description": "a. Lot 1: The procurement and In-Service Support of Hand-Held FTIR Spectrum analysers This requirement is for the Procurement and In-Service Support of x63 Hand-Held FTIR Spectrum Analysers, with the option to purchase additional analysers if required. The requirement is for the delivery of Initial Operating Capability (IOC) of x20 FTIR units within 4 months of Contract Award. In-Service Support shall commence from IOC and continue for a period of 8 years from acceptance of Full Operating Capability (FOC). FOC shall be delivered within 1 year and 4 months of Contract Award. Options to extend Contract duration are included. The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management. The Hand-held FTIR analysers capability shall be a single Hand-held unit able to identify Substances of Interest (SOI's) such as explosive material, narcotics and other threat chemicals, providing indication and identification of SOI's by direct Sample. The capability is expected to be Hand-held, deployable and robust for deployment in all environmental climates and able to identify SOI present in a material, mixture, and provide Identification of DARK and highly fluorescent SOI's. The capability is expected to be updated with supplier-based threat data and spectrum libraries, with the opportunity to utilise third-party libraries as and when required.",
                "value": {
                    "amountGross": 4560000,
                    "amount": 3800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Conditions of Participation PSQ",
                            "description": "Suppliers will be evaluated in two stages, Stage 1 - Qualification and Stage 2 - Technical, only suppliers that pass Stage 1 - Qualification shall be deemed compliant and progress to Stage 2 - Technical evaluation. Stage 1 - Qualification (Pass / Fail) Part 1 -Confirmation of core supplier information Documentation Preliminary SI Basic Information Confirmation of CDP SI Basic Information Part 2 - additional exclusion information Associated Persons List of all Intended Sub-Contractors Subcontractors CDP Information Part 3 - conditions of participation Electronic Trading Financial Assessment Stage 2 - Technical (Pass / Fail and Scored) Part 3 - conditions of participation Russian / Belarusian Entities Insurance Data Protection Technical Ability and Project Experience - Lot 1 Q1 - Equipment Delivery - Scored - 20% Q2 - Quality - Scored - 20% Q3 - Project Management - Scored - 20% Q4 - Integrated Logistic Support (ILS) - Scored - 20% Q5 - Safety - Scored - 20% Experience of Sub-contractor Management Health and Safety Tackling Modern Slavery in Supply Chains Questions where a 'fail' or a score of 0 will result in exclusion from the competition have been clearly identified within the evaluation criteria against each question in PSQ and PSQ supporting document.",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 1,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The legal and financial capacity conditions of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation. Suppliers, associated persons and tier one suppliers are required registered on the Central Digital Platform and share up-to-date information. The Authority shall assess suppliers (or where relevant, a connected person), an associated person or a sub-contractor to determine whether mandatory or discretionary grounds for exclusion apply, in accordance with The Procurement Act 2023. Please see section 1.12 on the PSQ for full information on financial requirements. Stage 1 - Qualification (Pass / Fail) Part 1 -Confirmation of core supplier information Documentation Preliminary SI Basic Information Confirmation of CDP SI Basic Information Part 2 - additional exclusion information Associated Persons List of all Intended Sub-Contractors Subcontractors CDP Information Part 3 - conditions of participation Electronic Trading Financial Assessment"
                        },
                        {
                            "type": "technical",
                            "description": "The technical condition of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation. Stage 2 - Technical (Pass / Fail and Scored) Part 3 - conditions of participation Russian / Belarusian Entities Insurance Data Protection Technical Ability and Project Experience - Lot 1 Experience of Sub-contractor Management Health and Safety Tackling Modern Slavery in Supply Chains Questions where a 'fail' or a score of 0 will result in exclusion from the competition have been clearly identified within the evaluation criteria against each question in PSQ and PSQ supporting document."
                        },
                        {
                            "description": "Following completion of the PSQ evaluation, the top six highest scoring compliant Suppliers, in accordance with the evaluation criteria, will be invited to tender.",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "Any resulting Contract of Lot 1 (Procurement and In-Service Support of Hand-held FTIR Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. Any resulting Contract of Lot 2 (Procurement and In-Service Support of Hand-held RAMAN Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s) listed above. Further information on the option(s) will be provided in the Invitation to Tender."
                },
                "hasOptions": true,
                "options": {
                    "description": "Any resulting Contract of Lot 1 (Procurement and In-Service Support of Hand-held FTIR Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. Any resulting Contract of Lot 2 (Procurement and In-Service Support of Hand-held RAMAN Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s) listed above. Further information on the option(s) will be provided in the Invitation to Tender."
                }
            },
            {
                "id": "2",
                "title": "Procurement and In-Service Support of Hand-Held RAMAN Spectrum Analysers",
                "description": "Lot 2: The procurement and in-service support of 63 x Hand-Held RAMAN spectrum analysers. The requirement is for the procurement and in service support of x63 Hand-held RAMAN spectrum analysers, with the option to purchase additional analysers if required. The requirement is for the delivery of Initial Operating Capability (IOC) of x20 units within 4 months of contract award. In-Service support shall commence from IOC and continue for a period of 8 years from acceptance of Full Operating Capability (FOC). FOC shall be delivered within 1 year 4 months of contract award. Options to extend Contract duration are included. The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management. The Hand-held RAMAN analysers capability shall be a single Hand-held unit able to identify Substances of Interest (SOI's) such as explosive material, narcotics and other threat chemicals, providing indication and identification of SOI's by through barrier and standoff methods. The capability is expected to be Hand-held, deployable and robust for deployment in all environmental climates and able to identify SOI present in a material, mixture and through barrier. The capability is expected to be updated with supplier-based threat data and spectrum libraries. With the opportunity to utilise third party libraries as and when required.",
                "status": "active",
                "value": {
                    "amountGross": 5040000,
                    "amount": 4200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Conditions of Participation PSQ",
                            "description": "Suppliers will be evaluated in two stages, Stage 1 - Qualification and Stage 2 - Technical, only suppliers that pass Stage 1 - Qualification shall be deemed compliant and progress to Stage 2 - Technical evaluation. Stage 1 - Qualification (Pass / Fail) Part 1 -Confirmation of core supplier information Documentation Preliminary SI Basic Information Confirmation of CDP SI Basic Information Part 2 - additional exclusion information Associated Persons List of all Intended Sub-Contractors Subcontractors CDP Information Part 3 - conditions of participation Electronic Trading Financial Assessment Stage 2 - Technical (Pass / Fail and Scored) Part 3 - conditions of participation Russian / Belarusian Entities Insurance Data Protection Technical Ability and Project Experience - Lot 2 Q1 - Equipment Delivery - Scored - 20% Q2 - Quality - Scored - 20% Q3 - Project Management - Scored - 20% Q4 - Integrated Logistic Support (ILS) - Scored - 20% Q5 - Safety - Scored - 20% Experience of Sub-contractor Management Health and Safety Tackling Modern Slavery in Supply Chains Questions where a 'fail' or a score of 0 will result in exclusion from the competition have been clearly identified within the evaluation criteria against each question in PSQ and PSQ supporting document.",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 1,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The legal and financial capacity conditions of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation. Suppliers, associated persons and tier one suppliers are required registered on the Central Digital Platform and share up-to-date information. The Authority shall assess suppliers (or where relevant, a connected person), an associated person or a sub-contractor to determine whether mandatory or discretionary grounds for exclusion apply, in accordance with The Procurement Act 2023. Please see section 1.12 on the PSQ for full information on financial requirements. Stage 1 - Qualification (Pass / Fail) Part 1 -Confirmation of core supplier information Documentation Preliminary SI Basic Information Confirmation of CDP SI Basic Information Part 2 - additional exclusion information Associated Persons List of all Intended Sub-Contractors Subcontractors CDP Information Part 3 - conditions of participation Electronic Trading Financial Assessment"
                        },
                        {
                            "type": "technical",
                            "description": "The technical condition of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation. Stage 2 - Technical (Pass / Fail and Scored) Part 3 - conditions of participation Russian / Belarusian Entities Insurance Data Protection Technical Ability and Project Experience - Lot 2 Experience of Sub-contractor Management Health and Safety Tackling Modern Slavery in Supply Chains Questions where a 'fail' or a score of 0 will result in exclusion from the competition have been clearly identified within the evaluation criteria against each question in PSQ and PSQ supporting document."
                        },
                        {
                            "description": "Following completion of the PSQ evaluation, the top six highest scoring compliant Suppliers for each Lot, in accordance with the evaluation criteria, will be invited to tender.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-30T00:00:00+01:00",
                    "endDate": "2035-08-31T23:59:59+01:00",
                    "maxExtentDate": "2037-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Any resulting Contract of Lot 1 (Procurement and In-Service Support of Hand-held FTIR Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. Any resulting Contract of Lot 2 (Procurement and In-Service Support of Hand-held RAMAN Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s) listed above. Further information on the option(s) will be provided in the Invitation to Tender."
                },
                "hasOptions": true,
                "options": {
                    "description": "Any resulting Contract of Lot 1 (Procurement and In-Service Support of Hand-held FTIR Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. Any resulting Contract of Lot 2 (Procurement and In-Service Support of Hand-held RAMAN Spectrum Analysers) will include the following Contract Options to extend the in-service support duration for a further 2 years: - Extension of In-Service Support for an additional one-year period. - Extension of In-Service Support for an additional one-year period. The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s) listed above. Further information on the option(s) will be provided in the Invitation to Tender."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-08-01T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Explosive Material Identification Procurement Project is currently being procured through the Competitive Flexible Procedure in accordance with the Procurement Act 2023 ('The Act') via x2 Lots which will result in x2 Contracts, one for each Lot. Please note the Authority reserve the right to merge these requirements into one Contract if, as a result of the Competitive process, one Supplier entity is awarded both Lot 1 and Lot 2. Suppliers can apply to participate for Lot 1, Lot 2 or both Lots. The following steps to arrive at contract award decision are as follow; Project Specific Questionnaire (PSQ) -The top 6 compliant suppliers with the highest technical scores shall be invited to Invitation to Tender (ITT) for each Lot. PSQ reference - https://contracts.mod.uk/go/628679800198664B198E. Some questions will have different evaluation criteria for each Lot or only be applicable to one Lot. These questions will be identified in the evaluation criteria in the PSQ Guidance document. You must pass the evaluation criteria specific to the Lot(s) you have applied for to proceed to the next stage of the competition. Invitation to Tender, the evaluation shall have two stages; 1. Paper Based evaluation - the top 3 compliant suppliers with the highest technical scores will progress to confirmation trials. 2. Confirmation Trials - the proposed solution shall be tested against specific system requirements as set out in the ITT. Full information on how the procurement procedure, including evaluation criteria, strategy and stages of evaluation shall be provided within the ITT. The Authority reserves the right under the Procurement Act 2023 to: To cancel the procurement procedure at any stage. Not to award a contract as a result of the procurement process. Make any modifications during a competitive flexible procedure, provided that the deadline to participate or submit a first or only tender has not passed (section 31(1)(b)) Make non substantial modifications, during a competitive flexible procedure, up to the deadline of the final tendering stage (section 31(2)(a)) Refine or supplement the award criteria during a competitive flexible procedure (section 24(1))"
        },
        "submissionMethodDetails": "PSQ responses should be submitted by the Authority using the DSP by the deadline. Responses submitted via any other medium will not be accepted or considered - https://contracts.mod.uk. PSQ reference can be found here - https://contracts.mod.uk/go/628679800198664B198E",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-09-12T14:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-08-26T14:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-04-30T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "PSQ Supporting documentation Ref '20250801 Explosive Material Identification Procurement Project PSQ Supporting Document' will be provided with the PSQ on DSP. Following completion of the PSQ evaluation, ITT documentation will be issued to the the top six highest scoring compliant Suppliers for each Lot via DSP"
            },
            {
                "id": "045386-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045386-2025",
                "datePublished": "2025-08-01T17:00:41+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}