Tender

714597452 - Handheld Metal, Low Metal Detector

  • Defence Equipment and Support

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

Notice identifier: 2025/S 000-019314

Procurement identifier (OCID): ocds-h6vhtk-0502f9 (view related notices)

Published 7 May 2025, 11:29am



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

This table contains award criteria for this lot
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

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

Organisation type: Public authority - central government