Notice Information
Notice Title
715728455 - Procurement and In-Service Support of Remote Case Entry (RCE) System - UK4
Notice Description
The requirement is for the Procurement and In-Service Support of 4 x Remote Case entry systems, with the option to purchase and support 2x additional systems if required. The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management. The Remote Case Entry system shall provide a portable abrasive cutting capability, capable of performing cuts either remotely or semi-remotely through materials up to 40mm thick mild steel cases of Air Dropped weapons, and it should be operable at a safe distance of 250m. The cutting process must be designed to generate no significant heat, thereby mitigating the risk of inadvertently triggering or activating any sensitive devices in the vicinity. The system is expected to be portable, deployable, and robust, suitable for use in all environmental conditions. It shall have a working area footprint of 3m (width) x 3m (depth) x 2m (height) and must be portable through a corridor measuring 1m wide, 3m long, and 2m high, while also being manoeuvrable through a 90-degree turn in a corridor that is 1m wide and 2m high. The requirement is for the delivery of Initial Operating Capability (IOC) of x 1 system within 6 months of Contract Award. FOC (4 systems in total) shall be delivered within 1 year and 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) with options to extend the in-service support duration for a further 2 years. The system shall provide means of viewing/monitoring the Case Entry action remotely in real time from the Incident Control Point (ICP). The Risk Assessment Reference (RAR) number is RAR-SMB9GT8 resulting in a cyber risk profile of Level 1. A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Suppliers should make themselves familiar with the requirements against the profile assessment for this risk level. The Modern Slavery Risk Assessment has been identified as Medium for this procurement, the winning tenderer will be required to complete the Modern Slavery Assessment Tool (MSAT) post contract award- https://supplierregistration.cabinetoffice.gov.uk/msat The highest classification of the requirements and data managed through any resulting Contracts is OFFICIAL-SENSITIVE. Prospective contractors are required to hold Quality Management System certification to ISO9001:2015 or suitable alternative standard, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Procurement Specific Questionnaire (PSQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2110.
Lot Information
Lot 1
Options: Any resulting Contract will include the following Contract Options to procure and provide In Service Support for an additional 2 x systems. Additional procurement and In Service Support of 1x system Additional procurement and In Service Support of 1x system Any resulting Contract 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. Further information on the option(s) will be provided in the Invitation to Tender. The Authority reserves the right to procure and support additional systems while the contract is valid, in addition to the options stated above.
Renewal: The right to additional purchases while the contract is valid. Any resulting Contract 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 market engagement was previously conducted in the form supplier briefs and can be found here: FTS – Project 1 - 2024/S 000-021192 CF – Project 1 - 71160d74-a7a5-430e-97e8-4e79bad8ee52
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-065c0e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018551-2026
- 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
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35300000 - Weapons, ammunition and associated parts
35333100 - Bombs
Notice Value(s)
- Tender Value
- £5,308,000 £1M-£10M
- Lots Value
- £5,308,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Mar 20262 days ago
- Submission Deadline
- 27 Mar 20264 weeks to go
- Future Notice Date
- 27 Feb 2026Expired
- Award Date
- Not specified
- Contract Period
- 16 Dec 2026 - 16 Apr 2036 Over 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
- 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/018551-2026
2nd March 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/016915-2026
25th February 2026 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/016900-2026
25th February 2026 - 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-065c0e-2026-03-02T15:06:50Z",
"date": "2026-03-02T15:06:50Z",
"ocid": "ocds-h6vhtk-065c0e",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "016900-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/016900-2026",
"datePublished": "2026-02-25T13:36:45Z",
"format": "text/html"
},
{
"id": "016915-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/016915-2026",
"datePublished": "2026-02-25T13:58:53Z",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "The market engagement was previously conducted in the form supplier briefs and can be found here: FTS - Project 1 - 2024/S 000-021192 CF - Project 1 - 71160d74-a7a5-430e-97e8-4e79bad8ee52",
"dateMet": "2024-08-09T00:00:00+01:00",
"status": "met"
}
]
},
"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": "PROTECT DT",
"email": "DES-LESTSP-SEEC-Commercial@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": "715728455 - Procurement and In-Service Support of Remote Case Entry (RCE) System",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "715728455 - Procurement and In-Service Support of Remote Case Entry (RCE) System - UK4",
"description": "The requirement is for the Procurement and In-Service Support of 4 x Remote Case entry systems, with the option to purchase and support 2x additional systems if required. The in-service support shall include, but not be limited to, the provision of spares, repairs, servicing and maintenance, training, and obsolescence management. The Remote Case Entry system shall provide a portable abrasive cutting capability, capable of performing cuts either remotely or semi-remotely through materials up to 40mm thick mild steel cases of Air Dropped weapons, and it should be operable at a safe distance of 250m. The cutting process must be designed to generate no significant heat, thereby mitigating the risk of inadvertently triggering or activating any sensitive devices in the vicinity. The system is expected to be portable, deployable, and robust, suitable for use in all environmental conditions. It shall have a working area footprint of 3m (width) x 3m (depth) x 2m (height) and must be portable through a corridor measuring 1m wide, 3m long, and 2m high, while also being manoeuvrable through a 90-degree turn in a corridor that is 1m wide and 2m high. The requirement is for the delivery of Initial Operating Capability (IOC) of x 1 system within 6 months of Contract Award. FOC (4 systems in total) shall be delivered within 1 year and 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) with options to extend the in-service support duration for a further 2 years. The system shall provide means of viewing/monitoring the Case Entry action remotely in real time from the Incident Control Point (ICP). The Risk Assessment Reference (RAR) number is RAR-SMB9GT8 resulting in a cyber risk profile of Level 1. A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Suppliers should make themselves familiar with the requirements against the profile assessment for this risk level. The Modern Slavery Risk Assessment has been identified as Medium for this procurement, the winning tenderer will be required to complete the Modern Slavery Assessment Tool (MSAT) post contract award- https://supplierregistration.cabinetoffice.gov.uk/msat The highest classification of the requirements and data managed through any resulting Contracts is OFFICIAL-SENSITIVE. Prospective contractors are required to hold Quality Management System certification to ISO9001:2015 or suitable alternative standard, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Procurement Specific Questionnaire (PSQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2110.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35333100",
"description": "Bombs"
},
{
"scheme": "CPV",
"id": "35300000",
"description": "Weapons, ammunition and associated parts"
}
],
"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": 6369000,
"amount": 5308000,
"currency": "GBP"
},
"procurementMethodDetails": "Competitive flexible procedure",
"mainProcurementCategory": "goods",
"specialRegime": [
"defenceSecurity"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-12-16T00:00:00+00:00",
"endDate": "2036-04-16T23:59:59+01:00",
"maxExtentDate": "2038-04-16T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 6369000,
"amount": 5308000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Conditions of Participation PSQ",
"description": "Suppliers will be evaluated against both Qualification Technical criteria, with the top six highest scoring compliant Suppliers, in accordance with the evaluation criteria, will be invited to tender. Qualification (Pass / Fail) Part 1 -Confirmation of Core Supplier Information Supplier Guidance Documentation Preliminary SI Basic Information Part 2 - Additional Exclusion Information Associated Persons List of all Intended Sub-Contractors Part 3 - Conditions of Participation Financial Assessment Insurance Technical ability conditions of participation Technical (Pass / Fail and Scored) Russian / Belarusian Entities Equality Quality Assurance Health & Safety Evidence of Sub-Contractor Management Equipment Delivery - Scored - 25% Project Management - Scored - 25% Integrated Logistic Support (ILS) - Scored - 25% Safety - Scored - 25% 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"
}
]
}
]
},
"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 Part 3 in the PSQ for full information on financial requirements. Part 1 -Confirmation of Core Supplier Information Supplier Guidance Documentation Preliminary SI Basic Information Part 2 - Additional Exclusion Information Associated Persons List of all Intended Sub-Contractors Part 3 - Conditions of Participation Financial Assessment Insurance"
},
{
"type": "technical",
"description": "Part 3 - Conditions of Participation - Technical (Pass / Fail and Scored) Russian / Belarusian Entities Equality Quality Assurance Health & Safety Evidence of Sub-Contractor Management Equipment Delivery - Scored - 25% Project Management - Scored - 25% Integrated Logistic Support (ILS) - Scored - 25% Safety - Scored - 25% 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, all compliant suppliers shall be invited to Invitation to Tender (ITT) in accordance with the evaluation criteria.",
"forReduction": true
}
]
},
"renewal": {
"description": "The right to additional purchases while the contract is valid. Any resulting Contract 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 will include the following Contract Options to procure and provide In Service Support for an additional 2 x systems. Additional procurement and In Service Support of 1x system Additional procurement and In Service Support of 1x system Any resulting Contract 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. Further information on the option(s) will be provided in the Invitation to Tender. The Authority reserves the right to procure and support additional systems while the contract is valid, in addition to the options stated above."
}
}
],
"communication": {
"futureNoticeDate": "2026-02-27T23:59:59+00:00"
},
"status": "active",
"procurementMethod": "selective",
"procedure": {
"features": "The Remote Case Entry Systems are currently being procured through the Competitive Flexible Procedure in accordance with the Procurement Act 2023 ('The Act'). The following steps to arrive at contract award decision are as follow; Project Specific Questionnaire (PSQ) - All compliant suppliers shall be invited to Invitation to Tender (ITT). PSQ reference https://contracts.mod.uk/go/60830303019C95B13D90 Invitation to Tender, the evaluation shall have two stages; Stage 1 - Paper Based evaluation - the top 3 compliant suppliers with the highest technical scores will progress to confirmation trials. Stage 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)) The issue of the procurement specific questionnaire or MOD exempt procurement specific questionnaire is not a commitment by the Authority to subsequently issue an invitation to tender, invitation to negotiate or place a contract. Neither does the issue of this or subsequent documents create any implied contract between the Authority and any participant, and any such implied contract is expressly excluded."
},
"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/60830303019C95B13D90",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-04-10T14:00:00+01:00",
"enquiryPeriod": {
"endDate": "2026-03-27T14:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-12-16T23:59:59+00:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "PSQ Supporting documentation Ref 20260227_715728455_RCE_CoP_Support_Document_O, 20250218_MoD_Covered _Procurement_PSQ _Supplier_Explainer and 20260227_Project Specific Questionnaire_FAQs_O. Following completion of the PSQ evaluation, ITT documentation will be issued to all compliant Suppliers via DSP"
},
{
"id": "018551-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018551-2026",
"datePublished": "2026-03-02T15:06:50Z",
"format": "text/html"
}
]
},
"language": "en"
}