Tender

715112450 - Ballistic Testing Services - Personal Armour

  • Defence Equipment and Support

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-008118

Procurement identifier (OCID): ocds-h6vhtk-056c18 (view related notices)

Published 29 January 2026, 2:50pm



Scope

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 £10m (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.

Total value (estimated)

  • £8,333,333.33 excluding VAT
  • £10,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 29 July 2026 to 1 May 2031
  • Possible extension to 1 May 2034
  • 7 years, 9 months, 4 days

Description of possible extension:

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)

Options

The right to additional purchases while the contract is valid.

The Authority may procure repeated Balistic test services

Main procurement category

Services

CPV classifications

  • 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

Contract locations

  • UK - United Kingdom

Participation

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Submission type

Requests to participate

Deadline for requests to participate

27 February 2026, 11:59pm

Submission address and any special instructions

All submissions must be via the DSP

https://www.contracts.mod.uk/

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

29 July 2026


Award criteria

This table displays the award criteria of the lot
Name Description Type
PSQ

PSQ to be assessed on a Pass/Fail basis for the Qualification and Technical Envelopes:

Quality

Weighting description

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...


Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Defence and security

Competitive flexible procedure description

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.


Contracting authority

Defence Equipment and Support

  • Public Procurement Organisation Number: PVRL-5831-GLMM

MOD Abbey Wood

Bristol

BS34 8JH

United Kingdom

Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Organisation type: Public authority - central government