Tender

13 Pounder Design Organisation (DO)

DEFENCE EQUIPMENT AND SUPPORT

This public procurement record has 5 releases in its history.

Tender

23 Apr 2026 at 16:44

PlanningUpdate

09 Mar 2026 at 11:18

Planning

16 Sep 2025 at 20:48

Planning

03 Jul 2025 at 14:15

Planning

03 Jul 2025 at 14:05

Summary of the contracting process

The Defence Equipment and Support (DE&S) is currently in the tender stage for the "13 Pounder Design Organisation" project, seeking a qualified design organisation to oversee the engineering assurance, configuration management, and technical documentation supporting the Ordnance Quick Fire 13-Pounder ceremonial guns used by The King’s Troop Royal Horse Artillery. This procurement is conducted through an open procedure with a gross budget of £3,000,000. Located at MOD Abbey Wood in Bristol, the procurement falls under the 'Engineering design services' category within the broader defence and security regime. The submission deadline is 29th May 2026, with the enquiry period ending on 15th May 2026 and the award expected by 13th October 2026. The contract commencement is scheduled for 13th October 2026 for a period of three years, with an option to extend for an additional year.

This tender offers significant opportunities for growth, especially for small and medium enterprises specialising in engineering design services with a focus on defence projects. The procurement method being open allows diverse businesses to compete fairly, provided they can demonstrate technical quality, social value, and compliance with legal and economic criteria outlined in the tender. The opportunity is highly suitable for firms with proven capabilities in lifecycle management, risk assessment, and quality assurance systems aligned with Defence Standards. Moreover, businesses with experience in maintaining and documenting design through life stages, and those committed to social value initiatives like fair work and health and wellbeing, stand a strong chance of success. This contract has the potential to enhance a company's portfolio with connections to high-profile ceremonial duties and ongoing government defence projects.

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

Notice Title

13 Pounder Design Organisation (DO)

Notice Description

This procurement seeks to competitively appoint a suitably qualified Design Organisation (DO) to provide through-life design authority, engineering assurance, configuration management, and technical documentation support for the Ordnance Quick Fire 13-Pounder ceremonial guns operated by The King's Troop Royal Horse Artillery.

Lot Information

Lot 1

Options: 1 Option Year after the end of initial contract

Renewal: 1 Option Year after the end of initial contract

Planning Information

DE&S encourages participation in the Request For Information (RFI), which is to be issued within 10 working days from the date of this notice and it is to be closed within further 10 working days from the RFI being published. Further steps will be confirmed within the RFI.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05586e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/037313-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71320000 - Engineering design services

Notice Value(s)

Tender Value
£2,500,000 £1M-£10M
Lots Value
£2,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Apr 2026Yesterday
Submission Deadline
29 May 20262 months to go
Future Notice Date
23 Mar 2026Expired
Award Date
Not specified
Contract Period
12 Oct 2026 - 15 Oct 2029 3-4 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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

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

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

Further Information

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-05586e-2026-04-23T17:44:38+01:00",
    "date": "2026-04-23T17:44:38+01:00",
    "ocid": "ocds-h6vhtk-05586e",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "037174-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/037174-2025",
                "datePublished": "2025-07-03T15:05:08+01:00",
                "format": "text/html"
            },
            {
                "id": "037181-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/037181-2025",
                "datePublished": "2025-07-03T15:15:48+01:00",
                "format": "text/html"
            },
            {
                "id": "057144-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/057144-2025",
                "datePublished": "2025-09-16T21:48:18+01:00",
                "format": "text/html"
            },
            {
                "id": "020792-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/020792-2026",
                "datePublished": "2026-03-09T11:18:22Z",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "DE&S encourages participation in the Request For Information (RFI), which is to be issued within 10 working days from the date of this notice and it is to be closed within further 10 working days from the RFI being published. Further steps will be confirmed within the RFI.",
                "dueDate": "2025-07-18T23:59:59+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": "David Livingston",
                "email": "david.livingston104@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-equipment-and-support",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVRL-5831-GLMM",
        "name": "Defence Equipment and Support"
    },
    "tender": {
        "id": "715245452-13 Pounder Design Organisation (DO)",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "13 Pounder Design Organisation (DO)",
        "description": "This procurement seeks to competitively appoint a suitably qualified Design Organisation (DO) to provide through-life design authority, engineering assurance, configuration management, and technical documentation support for the Ordnance Quick Fire 13-Pounder ceremonial guns operated by The King's Troop Royal Horse Artillery.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    }
                ],
                "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"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 3000000,
            "amount": 2500000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-10-13T00:00:00+01:00",
                    "endDate": "2029-10-15T23:59:59+01:00",
                    "maxExtentDate": "2030-10-08T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 3000000,
                    "amount": 2500000,
                    "currency": "GBP"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "N/A"
                        },
                        {
                            "type": "technical",
                            "description": "N/A"
                        },
                        {
                            "type": "economic",
                            "description": "N/A"
                        },
                        {
                            "type": "technical",
                            "description": "N/A"
                        },
                        {
                            "type": "economic",
                            "description": "Legal Status and Capacity Suppliers must be legally constituted organisations capable of entering into a binding contract. Evidence must be provided in the form of a Certificate of Incorporation, Partnership Agreement, or equivalent legal documentation, together with a valid Company Registration Number. Where a bid is submitted by a consortium or group, suppliers must also clearly describe the legal and governance structure, identify the lead member, and explain the role of each participating entity. Exclusion and Eligibility Compliance Suppliers are required to confirm that they are eligible to participate in the procurement and are not subject to any mandatory or discretionary exclusion grounds under UK procurement legislation. This includes confirmation that the supplier is not listed on the UK Debarment List. Suppliers must ensure their core supplier information, connected person details, and exclusion information are registered on the Central Digital Platform and shared with the Authority. Any Associated Persons relied upon to meet the Conditions of Participation must also meet these requirements. Sanctions and Geographic Restrictions Suppliers must confirm that neither they nor any part of their intended supply chain is constituted or organised under the laws of Russia or Belarus, nor owned or controlled, in whole or in part, by Russian or Belarusian persons or entities. Compliance must account for ownership, control, and supply chain relationships, subject only to the limited treaty-based exceptions set out in the PSQ. Legal and Regulatory Compliance Suppliers must confirm compliance with all relevant UK statutory obligations applicable to contract delivery. This includes compliance with equality legislation under the Equality Act 2010 and associated regulations, and with the Modern Slavery Act 2015 where applicable. Suppliers with a turnover of PS36 million or more must have published a compliant Modern Slavery Statement, or provide credible assurance that compliance will be achieved prior to contract award. Financial Standing and Viability Suppliers must demonstrate that they have sufficient financial capacity to perform the contract. This includes providing turnover figures for the last two financial years, signed statutory accounts covering up to three accounting periods where available, a current cashflow forecast, and bank evidence confirming access to sufficient cash or credit facilities. Suppliers trading for less than one year must provide alternative evidence of financial standing. Where a supplier relies on a guarantor, full financial information and supporting evidence for the guarantor must also be provided. Insurance Cover Suppliers must confirm that they hold, or commit to obtaining by contract award, adequate levels of insurance to support contract delivery. As a minimum, this includes Employer's Liability Insurance of PS10 million, Public Liability Insurance of PS10 million, and Professional Indemnity Insurance of PS3 million. Details of existing policies or a clear plan for obtaining the required cover must be provided."
                        },
                        {
                            "type": "technical",
                            "description": "Allows for equivalent qualifications and standards"
                        }
                    ]
                },
                "renewal": {
                    "description": "1 Option Year after the end of initial contract"
                },
                "hasOptions": true,
                "options": {
                    "description": "1 Option Year after the end of initial contract"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Technical Evaluation The Technical Evaluation assesses the bidder's ability to deliver the Design Organisation role safely, compliantly, and effectively across the equipment lifecycle. Technical quality represents 90% of the total quality score and is subject to a minimum pass threshold of 70%. Any tender failing to meet this threshold will be rejected and will not proceed to the Value for Money assessment. Technical evaluation is structured across three areas: Engineering This assesses the robustness and maturity of engineering governance, lifecycle management, and control arrangements. It includes evaluation of the Supplier Engineering Management Plan (SEMP), alignment with ISO 15288, risk and opportunity management, quality assurance systems, resource and SQEP management, stakeholder engagement, configuration management aligned to relevant DEFSTANs and DEFCONs, technical documentation management, and the handling and stewardship of Government Furnished Information (GFI). Responses must demonstrate Defence-specific understanding, clear processes, and evidence of delivery from previous programmes. Project Management This assesses the bidder's approach to planning, scheduling, governance, and control of the Design Organisation function. Evaluation covers project planning and milestones, reporting and escalation mechanisms, risk, issue and change management, and communications and stakeholder engagement throughout the project lifecycle. Maintenance This evaluates how through-life support has been considered at the design stage. It includes availability, reliability, maintainability and testability, handling, storage and transport, technical information control, obsolescence and material availability management, and through-life innovation aimed at reducing future support burden and improving long-term cost efficiency. All technical responses are scored on a 0-4 scale, where higher scores reflect increasing levels of compliance and added value.",
                            "numbers": [
                                {
                                    "number": 90,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Social Value Evaluation Social Value represents 10% of the total quality score and is assessed in line with the Government Social Value Model and PPN guidance. Bidders are expected to demonstrate credible, measurable commitments that will be delivered through the contract. The evaluation covers three equally weighted themes: Fair Work This includes fair pay and working conditions, high-quality job creation, in-work progression, staff engagement, and identification and management of modern slavery risks within the supply chain. Employment and Training for Those Who Face Barriers to Employment This assesses how the bidder will create opportunities for under-represented or disadvantaged groups, including inclusive recruitment practices, apprenticeships and training, actions to address skills shortages, and measures to tackle inequality in employment, skills, and pay. Health and Wellbeing This evaluates support for physical and mental wellbeing within the contract workforce, including wellbeing strategies, access to support services, and actions to address health inequalities. Social Value responses are scored on a 0-4 scale, with higher scores awarded where clear added value and robust delivery arrangements are demonstrated.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-03-23T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-29T23:59:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-05-15T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-10-13T23:59:59+01:00"
        },
        "contractTerms": {
            "financialTerms": "N/A"
        },
        "riskDetails": "N/A",
        "amendments": [
            {
                "id": "020792-2026",
                "description": "Change of competition owner and competition dates (estimated)"
            }
        ],
        "submissionMethodDetails": "https://contracts.mod.uk/esop/ogc-host/public/mod/web/login.html?_ncp=1764765533529.624381-1",
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "037313-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/037313-2026",
                "datePublished": "2026-04-23T17:44:38+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}