Planning

Munition Packaging Service

  • Ministry of Defence

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-020589

Procurement identifier (OCID): ocds-h6vhtk-047b0c

Published 5 July 2024, 12:33pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

BS348JH

Bristol

BS348JH

Contact

Adam Alsbury

Email

adam.alsbury368@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/ministry-of-defence

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Munition Packaging Service

two.1.2) Main CPV code

  • 79921000 - Packaging services

two.1.3) Type of contract

Services

two.1.4) Short description

Refurbishment of ammunition containers. See PIN for full Contract type.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 35300000 - Weapons, ammunition and associated parts
  • 35330000 - Ammunition
  • 35331100 - Bullets

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)

two.2.4) Description of the procurement

Description of the opportunity APMT (Ammunition Management Packaging Team) is considering options for Provision of the munition packaging service from January 2026 onwards. The service would include an arrangement to store, process, manage, recycle, dispose, procure, and conduct post design activity of all munition containers, their component parts and both internal and external packaging. APMT intends to issue a competitive tender to explore a market which shall be able to provide the following suite of services:

1. Refurbishment of containers range from the H84 (280x83x 74mm) to the L19 unit load (1020x1195x1350mm). The active process for each container will be:

a) Receipting (from warehouse)

b) Processing (checks for condition and to ensure container is empty)

c) Storing.

d) Transporting (to/from warehouse)

e) Cleaning/preparing.

f) Repair ((minimal)

g) Repainting

h) Testing

i) Issuing. (to warehouse)

2. Pallets. To provide Fixed annual deliveries for the supply of 1814kg NATO Standard MEXE Pallets

3. Pallet Trays. To provide Pallet Trays, Top (SV3512), Middle (SV3513) and Bottom (SV3514) to meet DGM and Defence Munitions (DM) requirement of each tray per annum (approximately 6,000 of each).

4. Recycling. A full programme of recycling of surplus and obsolete materiel (except for metal waste)

5. Internal/external packaging furniture. There is a considerably large quantity of internal and external packaging material that will require segregation and storage. Internal and external packaging materiel component parts include steel, aluminium, polythene, polyethylene, polystyrene, cardboard, and wood. Currently this equates to approximately 500 M2 units of space.

6. Storage and Warehouse Management. The storage and management of a limited quantity of containers, packaging and internal/external furniture detailed in 5. This equates to an approximately 14,000M2 units of space.

7. Procurement of new ammunition containers. If containers are returned but are not in a fit state to be refurbished, replacement containers would need to be procured new. These will be procured in line with MoD container specification drawings to maintain compatibility with current in service arrangements.

This PIN is being issued to understand market research and the potential supplier’s feedback to our proposed strategy.

APMT welcomes interest from individual or prime contractors for the total requirement and individual or prime contractors for requirement 7 only.

Contract value, is expected to be between £80M and £100M, depending on Contract strategy.

Suppliers should note that any specified total contract values are the Authority’s best estimates. The value and contract term for this potential requirement will be informed by this Market Engagement activity.

Estimated date for competition commencement - Q4 of 2024

AMPT would like to understand potential providers interest and appetite to either 3-, 5- or 8-year framework approach, with the first 3 years being fixed. Years 4&5 or 4,5,6 7 & 8 would be based on a flexible framework approach, using a base price and index to assess the price at the start of the FY.

For estimated procurement volumes please email adam.alsbury368@mod.gov.uk

In issuing this PIN, DE&S is not committing to carry out any procurement

Please respond to this PIN confirming:

a) Your expression of interest to the requirement

b) Your views on the proposed Contract strategy and any preferred route (i.e., 5- or 8-year Contract)

c) Your justification for your answer to point b)

d) Your ability to manufacture and deliver in accordance with the above delivery schedule.

e) Your views on whether you can provide the entire packaging service (requirements 1-7)

f) if you could provide new containers only as per requirement 7, which could potentially be placed as a separate contract.

Please email adam.alsbury368@mod.gov.uk with your answers to the above questions by no later than 18:00 on the 5th August 2024.

two.3) Estimated date of publication of contract notice

31 October 2024


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No