Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/037313-2026
23rd April 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/020792-2026
9th March 2026 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/057144-2025
16th September 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/037181-2025
3rd July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/037174-2025
3rd July 2025 - Pipeline notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-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"
}