Scope
Reference
714597452
Description
The requirement is for the procurement and in service support of approximately 800 Handheld Metal, Low Metal Detectors.
The in-service support shall include, but not limited to provision of spares, repairs, servicing and maintenance, training, obsolescence management.
The detectors have the following requirements:
The handheld Metal, Low Meatal detector capability shall be a single handheld sweep detector, to provide a crush wire, metal, low metal, detect capability.
The capability shall be Man-portable, deployable and robust for deployment in all environmental climates and at all scales to detect and locate the presence or absence of Explosive Ordnance (EO) and Improvised Explosive Devices (IEDs)
The equipment shall be supportable over a 10-year period from Initial Operation Capability (anticipated 1 years post contract award) with the ability to procure additional systems if required during this time. The contract shall be a total of 11 years (7 years + 4, 1 year options)
The highest classification of the requirements and data managed through the In-Service Support of Handheld Metal, Low Metal Detector contract is OFFICIAL SENSITIVE.
The Cyber Risk level for this procurement is VERY LOW. The Risk Assessment Reference (RAR) is RAR-287051598. A full description of the Cyber Risk levels is available at DEFSTAN 05-138. Potential Providers should make themselves familiar with the requirements against the profile assessment for this risk level.
Total value (estimated)
- £36,347,259.17 excluding VAT
- £43,616,711 including VAT
Above the relevant threshold
Contract dates (estimated)
- 20 May 2026 to 5 May 2033
- 6 years, 11 months, 17 days
Options
The right to additional purchases while the contract is valid.
The requirement is for the delivery of Initial Operating Capability (IOC) within 1 years of contract award with an initial in-service support period of 7 years which will commence from acceptance of IOC. The Contract will include the following Contract Options to extend the in-service support duration for a further 4 years to a total of 10 years of in-service support and total contract duration of 11 years:
Qty 4, 1-year options to extend In-Service Support.
The Authority reserve the right, at its absolute discretion, to not take up any or all the option(s). Further information on the option(s) will be provided in the Invitation to Tender.
Main procurement category
Goods
CPV classifications
- 38546100 - Bomb detectors
- 35124000 - Metal detectors
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
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 section 1.11.1 on the PSQ for full information on financial requirements.
Stage 1 - Qualification (Pass / Fail)
Part 1 -Confirmation of core supplier information
Documentation
Preliminary SI Basic Information
Confirmation of CDP SI Basic Information
Part 2 - additional exclusion information
Associated Persons
List of all Intended Sub-Contractors
Subcontractors CDP Information
Part 3 - conditions of participation
Electronic Trading
Financial Assessment
Technical ability conditions of participation
The technical condition of participation and the associated evaluation criteria are set out in the PSQ and PSQ supporting documentation.
Stage 2 - Technical (Pass / Fail and Scored)
Part 3 - conditions of participation
Sustainable Procurement
Russian / Belarusian Entities
Insurance
Data Protection
Technical Ability and Project Experience
Experience of Sub-contractor Management
Health and Safety
Tackling Modern Slavery in Supply Chains
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.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
3 June 2025, 2:00pm
Submission type
Requests to participate
Deadline for requests to participate
17 June 2025, 2:00pm
Submission address and any special instructions
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/884863250196AA31CA05
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Maximum 6 suppliers
Award decision date (estimated)
20 April 2026
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Conditions of Participation - PSQ | Suppliers will be evaluated in two stages, Stage 1 - Qualification and Stage 2 - Technical, only suppliers that pass Stage 1 - Qualification shall be deemed compliant and progress to Stage 2 -... |
Quality | 100% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Defence and security
Competitive flexible procedure description
The Handheld Metal, Low Metal Detector is 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) -The top 6 compliant suppliers with the highest technical scores shall be invited to Invitation to Tender (ITT). PSQ reference - https://contracts.mod.uk/go/884863250196AA31CA05
Invitation to Tender, the evaluation shall have two stages;
Paper Based evaluation - the top 3 compliant suppliers with the highest technical scores will progress to confirmation trials.
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 and Tender Notice.
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))
Documents
Documents to be provided after the tender notice
PSQ Supporting documentation - 714597452 - Conditions of Participation Assessment Methodology - Handheld Metal, Low Metal Detector provided in the PSQ.
Contracting authority
Defence Equipment and Support
- Public Procurement Organisation Number: PVRL-5831-GLMM
MOD Abbey Wood
Bristol
BS34 8JH
United Kingdom
Contact name: PROTECT DT
Email: DESLESTSP-SEEC-Commercial@mod.gov.uk
Website: https://www.gov.uk/government/organisations/defence-equipment-and-support
Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Organisation type: Public authority - central government