Notice Information
Notice Title
715112450 - Ballistic Testing Services - Personal Armour
Notice Description
This Tender Notice outlines the Authority's intent to competitively assess, select and award a contract to deliver Ballistic Testing Services for Personal Armour to support new to service projects and ensure through life support of Personal Armour provided to its Armed Forces Personnel. The contract will have a headroom of PS10m (Inc VAT) and will be for 5 years with 3 x 1 optional years. The Ballistic Testing Service will serve as a dedicated platform to facilitate comprehensive testing and evaluation of Personal Armour systems. This service will encompass a wide range of protective equipment, including but not limited to Hard Armour Plates, Soft Armour Fillers, and Helmets. The testing process will ensure that these protective solutions meet established safety, durability, and performance standards under various conditions. By providing a structured and reliable pathway for ballistic testing, the service aims to support the development, validation, and certification of personal protective equipment, ensuring it meets operational requirements and offers optimal protection to users in diverse environments. For the provision of Ballistic Testing Services, it is a mandatory requirement that the contractor operates a facility located within the United Kingdom. This ensures accessibility, compliance with relevant UK regulations, and alignment with national security and operational standards. The ballistic testing will be conducted on an as-needed basis throughout the duration of the contract, with testing schedules determined by specific requirements or requests. The contractor must maintain readiness and flexibility to accommodate testing demands at any point during the contract period, ensuring timely and efficient service delivery to meet the needs of the programme. The Ballistic Testing Service competition mandates that participating laboratories must hold accreditation from the United Kingdom Accreditation Service (UKAS) to the ISO 17025 standard. This international standard specifies the general requirements for the competence, impartiality, and consistent operation of testing and calibration laboratories, ensuring the highest levels of quality and reliability in testing processes. Additionally, laboratories must demonstrate compliance with NATO AEP-2920, the Allied Engineering Publication that outlines the procedures and standards for evaluating the ballistic performance of personal armour systems. This dual requirement ensures that laboratories possess both the technical expertise and the operational capability to conduct ballistic testing to internationally recognised and NATO-specific standards, guaranteeing the accuracy, consistency, and credibility of the results. The competitive procurement will be managed in accordance with the Procurement Regulations 2024.
Lot Information
Lot 1
Options: The Authority may procure repeated Balistic test services
Renewal: Option 1: 5 Year Duration Option 2: 5 Years (+1, +1, +1) these options can be taken in any combination (e.g. 1+1, 2+1,11+2)
Planning Information
As part of the market engagement for this competition, the DCC Survivability Team plan to visit the facilities in the UK that register interest. The type of information the team will be interested in and would like to understand further as part of these visits is likely to include the below: • Tour of the site, including a procedural walkthrough (no requirement for actual testing, but a step-by-step understanding of procedures based on facility capabilities). • Range of testing services available (both in house and external) • Standards, and certifications, traceability and licences • Equipment (testing, measuring, calibrating etc) • Environmental conditions and facilities • Storage Facilities • How the facility measures uncertainty and how expanded uncertainty is calculated and assured. • Disposal procedures • An understanding of facility personnel SQEP • An understanding of past testing experiences • Safe working procedures and practices Please note, the release of this UK 2 Preliminary Market engagement Notice is not the formal start to the competition process. You will have an opportunity to participate in the Tender process when it formally starts with the release of the UK 4 Tender Notice, which will be advertised via the Defence Sourcing Portal and Find a Tender Service via the Central Digital Platform in the future. At this stage suppliers are only able to register interest for the upcoming market engagement. If you wish to take part please register your interest by emailing: rodney.gardiner114@mod.gov.uk and natalie.dean102@mod.gov.uk
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-056c18
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008118-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
38 - Laboratory, optical and precision equipments (excl. glasses)
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
73 - Research and development services and related consultancy services
-
- CPV Codes
35815100 - Bullet-proof vests
38970000 - Research, testing and scientific technical simulator
44431000 - Cover plates
73111000 - Research laboratory services
73431000 - Test and evaluation of security equipment
73432000 - Test and evaluation of firearms and ammunition
Notice Value(s)
- Tender Value
- £8,333,333 £1M-£10M
- Lots Value
- £8,333,333 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 29 Jan 20263 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- 15 Sep 2025Expired
- Award Date
- Not specified
- Contract Period
- 28 Jul 2026 - 1 May 2031 4-5 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
- Rod Gardiner
- Contact Email
- laurella.green134@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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/008118-2026
29th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/046961-2025
7th August 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/045549-2025
4th August 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-056c18-2026-01-29T14:50:56Z",
"date": "2026-01-29T14:50:56Z",
"ocid": "ocds-h6vhtk-056c18",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "045549-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/045549-2025",
"datePublished": "2025-08-04T11:11:42+01:00",
"format": "text/html"
},
{
"id": "046961-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/046961-2025",
"datePublished": "2025-08-07T14:35:30+01:00",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "As part of the market engagement for this competition, the DCC Survivability Team plan to visit the facilities in the UK that register interest. The type of information the team will be interested in and would like to understand further as part of these visits is likely to include the below: * Tour of the site, including a procedural walkthrough (no requirement for actual testing, but a step-by-step understanding of procedures based on facility capabilities). * Range of testing services available (both in house and external) * Standards, and certifications, traceability and licences * Equipment (testing, measuring, calibrating etc) * Environmental conditions and facilities * Storage Facilities * How the facility measures uncertainty and how expanded uncertainty is calculated and assured. * Disposal procedures * An understanding of facility personnel SQEP * An understanding of past testing experiences * Safe working procedures and practices Please note, the release of this UK 2 Preliminary Market engagement Notice is not the formal start to the competition process. You will have an opportunity to participate in the Tender process when it formally starts with the release of the UK 4 Tender Notice, which will be advertised via the Defence Sourcing Portal and Find a Tender Service via the Central Digital Platform in the future. At this stage suppliers are only able to register interest for the upcoming market engagement. If you wish to take part please register your interest by emailing: rodney.gardiner114@mod.gov.uk and natalie.dean102@mod.gov.uk",
"dueDate": "2025-09-12T23:59:59+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": {
"email": "Laurella.Green134@mod.gov.uk",
"name": "Rod Gardiner"
},
"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": "ocds-h6vhtk-056c18",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "715112450 - Ballistic Testing Services - Personal Armour",
"description": "This Tender Notice outlines the Authority's intent to competitively assess, select and award a contract to deliver Ballistic Testing Services for Personal Armour to support new to service projects and ensure through life support of Personal Armour provided to its Armed Forces Personnel. The contract will have a headroom of PS10m (Inc VAT) and will be for 5 years with 3 x 1 optional years. The Ballistic Testing Service will serve as a dedicated platform to facilitate comprehensive testing and evaluation of Personal Armour systems. This service will encompass a wide range of protective equipment, including but not limited to Hard Armour Plates, Soft Armour Fillers, and Helmets. The testing process will ensure that these protective solutions meet established safety, durability, and performance standards under various conditions. By providing a structured and reliable pathway for ballistic testing, the service aims to support the development, validation, and certification of personal protective equipment, ensuring it meets operational requirements and offers optimal protection to users in diverse environments. For the provision of Ballistic Testing Services, it is a mandatory requirement that the contractor operates a facility located within the United Kingdom. This ensures accessibility, compliance with relevant UK regulations, and alignment with national security and operational standards. The ballistic testing will be conducted on an as-needed basis throughout the duration of the contract, with testing schedules determined by specific requirements or requests. The contractor must maintain readiness and flexibility to accommodate testing demands at any point during the contract period, ensuring timely and efficient service delivery to meet the needs of the programme. The Ballistic Testing Service competition mandates that participating laboratories must hold accreditation from the United Kingdom Accreditation Service (UKAS) to the ISO 17025 standard. This international standard specifies the general requirements for the competence, impartiality, and consistent operation of testing and calibration laboratories, ensuring the highest levels of quality and reliability in testing processes. Additionally, laboratories must demonstrate compliance with NATO AEP-2920, the Allied Engineering Publication that outlines the procedures and standards for evaluating the ballistic performance of personal armour systems. This dual requirement ensures that laboratories possess both the technical expertise and the operational capability to conduct ballistic testing to internationally recognised and NATO-specific standards, guaranteeing the accuracy, consistency, and credibility of the results. The competitive procurement will be managed in accordance with the Procurement Regulations 2024.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35815100",
"description": "Bullet-proof vests"
},
{
"scheme": "CPV",
"id": "38970000",
"description": "Research, testing and scientific technical simulator"
},
{
"scheme": "CPV",
"id": "44431000",
"description": "Cover plates"
},
{
"scheme": "CPV",
"id": "73111000",
"description": "Research laboratory services"
},
{
"scheme": "CPV",
"id": "73431000",
"description": "Test and evaluation of security equipment"
},
{
"scheme": "CPV",
"id": "73432000",
"description": "Test and evaluation of firearms and ammunition"
}
],
"deliveryAddresses": [
{
"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": 10000000,
"amount": 8333333.33,
"currency": "GBP"
},
"procurementMethodDetails": "Competitive flexible procedure",
"mainProcurementCategory": "services",
"specialRegime": [
"defenceSecurity"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-29T00:00:00+01:00",
"endDate": "2031-05-01T23:59:59+01:00",
"maxExtentDate": "2034-05-01T23:59:59+01:00"
},
"status": "active",
"value": {
"amountGross": 10000000,
"amount": 8333333.33,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "PSQ to be assessed against the following criteria and within the following envelopes: Qualification Envelope (All elements are Pass/Fail): Preliminary SI Basic Information Confirmation of CDP SI Basic Information PART 2A: Associated Persons PART 2B: List of all intended sub-contractors Part 3 - Financial Assessment Insurance Data Protection Technical Envelope (All elements are Pass/Fail): Electronic Trading Defence and Security Questions Equality Quality Assurance Test Laboratories & Standards UK Facility Health & Safety Conflict Of Interest PPN009 - Tackling Modern Slavery in Supply Chains",
"criteria": [
{
"type": "quality",
"name": "PSQ",
"description": "PSQ to be assessed on a Pass/Fail basis for the Qualification and Technical Envelopes:"
}
]
},
"hasRenewal": true,
"renewal": {
"description": "Option 1: 5 Year Duration Option 2: 5 Years (+1, +1, +1) these options can be taken in any combination (e.g. 1+1, 2+1,11+2)"
},
"hasOptions": true,
"options": {
"description": "The Authority may procure repeated Balistic test services"
}
}
],
"communication": {
"futureNoticeDate": "2025-09-15T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "selective",
"procedure": {
"features": "This procurement will be conducted using the Competitive Flexible Procedure in accordance with Procurement Regulations 2024. All compliant tenderers at the Procurement Specific Questionnaire (PSQ) stage will be taken through to the ITT of the Competitive Flexible Procedure. The full requirement will be issued at the ITT stage and tenderers will be given appropriate time to respond with their initial tenders. The Authority will complete a tender evaluation against the evaluation strategy which will be detailed at the ITT Stage. Following the evaluation of the tenders, each tender will be ranked in accordance with the evaluation methodology, the winning tenderer will be selected on the basis of the evaluation and award criteria detailed in the ITT. The Authority reservesthe right to cancel the competition at any stage with no liability for tenderer costs and expenses."
},
"submissionMethodDetails": "All submissions must be via the DSP https://www.contracts.mod.uk/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-02-27T23:59:00+00:00",
"awardPeriod": {
"endDate": "2026-07-29T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "008118-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/008118-2026",
"datePublished": "2026-01-29T14:50:56Z",
"format": "text/html"
}
]
},
"language": "en"
}